ZEISS forum software services
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), Network 07 Contract Office, is conducting a Sources Sought for market research purposes to identify qualified businesses capable of providing ZEISS forum software services for the VA Dublin, GA Healthcare System. This includes an Image and Data Management System and related software licenses. Responses are due by February 27, 2026, at 2:00 PM EST.
Scope of Work
The VA is seeking an Image and Data Management System that is FDA 510k approved and listed as a Medical Device. The system must provide post-processing analysis and dynamic review/manipulation of RAW data for ZEISS Cirrus HD-OCT, and potentially ZEISS HFA Instruments if Glaucoma Workplace is procured. Key requirements include storing and accessing raw instrument data from various ZEISS diagnostic instruments (Field Analyzer, Cirrus HD-OCT, Visucam, FF450/Visupac), enabling real-time manipulation of Visual Field Test data for Glaucoma patients, supporting DICOM standards and Work-List functionality, and offering combined HFA-Cirrus reports. The system must also connect to non-DICOM instruments, convert data to DICOM compatible files, and allow for data migration of past RAW data upon installation. Specific items mentioned include "Image and Data Management System," "FORUM GLAUCOMA," "ZEISS RETINA WORKPLACE USER LICENSE X1," and "FORUM-DICOM FILE IMPORT FOR 3RD PARTY INSTRUMENTS LICENSE (V3)." Vendors must be an authorized reseller, distributor, or dealer of the Original Equipment Manufacturer (OEM).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research Only)
- NAICS Code: 541519 (Information Technology Professional Services), with a size standard of $34 Million.
- Set-Aside Consideration: The VA is specifically interested in SDVOSB/VOSB vendors who can provide products compliant with the Non-Manufacturer Rule.
- Response Due: February 27, 2026, 2:00 PM EST
- Published: February 26, 2026
- Place of Performance: Dublin, GA
Response Requirements
Interested parties must provide company name, address, phone, point of contact, email, Company Unique Entity ID (UEI), business size (e.g., Large, SDVOSB, Small), and estimated delivery date. Additionally, respondents must answer specific questions regarding their small business status under NAICS 541519, whether they are a manufacturer or distributor, country of origin, details on any alterations if a small business reseller, existing FSS/GSA/NAC/NASA SEWP or other federal contracts, general pricing for market research, and capabilities pertaining to the salient characteristics and "brand name or equal to items." Responses must be submitted via email to Ashley.Stewart4@va.gov. Telephone responses will not be accepted.
Additional Notes
This is not a solicitation. Responses will be used to make appropriate acquisition decisions. A solicitation announcement may be published later, and interested offerors must respond to any future solicitation separately. No remanufactured or gray market items will be accepted.