W065--Tower and Scope Lease, Onsite Endoscopy Specialist, PM and Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Richmond VAMC, is conducting market research through a Sources Sought notice to identify potential sources for a Tower and Scope Lease, Onsite Endoscopy Specialist, PM and Repair requirement. This includes leasing advanced video systems, mediastinascopes, and exscope systems, along with a comprehensive service plan and dedicated onsite specialists. Responses are due by May 1, 2026, at 06:00 PM EST.
Scope of Work
The requirement involves the lease of:
- 9 or more units of 4K/ICG/3D compatible Video Systems.
- 2 or more units of Video Mediastinascopes.
- 2 or more units of 4K/3D Exscope Systems.
- A service plan for the 13 units.
- 2 units of Onsite Endoscopy Specialists for the 13 or more units.
Salient characteristics emphasize:
- System Functions & Performance: Integration with VA IT systems (VistA, Cerner, StreamConnect), modularity, stability, ergonomic design, minimal visible cables, and hygiene compliance (cleanable/disinfectable in under 5 minutes).
- Imaging & Compatibility: Support for HD and 4K video (3840x2160), 3D/4K exoscopes, backward/forward compatibility with VA camera heads/scopes, various scope types (rigid, flexible, exoscopic, disposable), and advanced imaging enhancements (ICG fluorescence, NBI). Secure, VA-compliant data transfer is required.
- Service & Support: On-site technical support (7:00 am–6:00 pm), 24/7 telephone support, 48-hour replacement equipment, initial and ongoing training, OEM-certified preventive/corrective maintenance, and 48-hour loaner system provision.
- Physical & Dimensional Requirements: Designed for ceiling boom mounting, carts/towers fitting through standard VA doorways (≤36” wide).
- Clinical Compatibility: Cross-functional use across Urology, Gastroenterology, General Surgery, ENT, Thoracic Surgery, and selected Neurosurgery.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: May 1, 2026, by 06:00 PM EST
- Published: April 17, 2026
Submission Requirements
Interested parties must submit a capability statement addressing their capabilities, capacity, place of manufacture, and location. Submissions must include:
- Company name and address
- NAICS Code (339113)
- SAM.gov UEI number
- Business size (large, small, VOSB, SDVOSB)
- Place of manufacture (if applicable)
- Applicable socioeconomic categories
- Authorized distributor letter (if not the manufacturer)
Additional Notes
This is solely for market research and does not constitute a commitment by the Government to award a contract. No payment will be made for information submitted. Responses should be emailed to Stephen.Nassan@va.gov with the subject line "Sources Sought 36C24626Q0530".