Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2026 SAM #8866
SOURCES SOUGHT

65 -- NX EQ Monitor: Video: Medical (VA-26-00043064)

Notice Date
3/4/2026 4:04:38 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X26Q0083
 
Response Due
3/19/2026 8:59:00 PM
 
Archive Date
04/18/2026
 
Point of Contact
Kimberly LeMieux, Contracting Officer
 
E-Mail Address
Kimberly.LeMieux@va.gov
(Kimberly.LeMieux@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice 1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Monitors: Video: Medical product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Eizo® CuratOR® brand name or equal Monitors: Video: Medical on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Monitors: Video: Medical to VA medical centers and facilities in in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The Contractor must� demonstrate� the ability to meet all requirements for the solicitation.� The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 for Electromedical and Electrotherapeutic Apparatus Manufacturing and the associated size standard is 1,2500 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of quote submission. Submissions for this sources sought shall include the Notice ID in the email subject line and be submitted by email no later than the date and time listed in this announcement to: Kimberly.Lemieux@va.gov. Email responses shall include the following Subject Line: Response to Sources Sought Notice 36C10X26Q0083 . This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time. 2.0 SCOPE The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Monitors: Video: Medical product line as a candidate for a VA-wide (otherwise referred to as national ) contract. Monitors: Video: Medical are specialized displays designed for healthcare settings, meeting strict international safety and performance standards to ensure image quality, patient safety, and regulatory compliance. Key features include high-resolution and calibrated image quality that is consistent and accurate, enhanced durability, and hygiene-friendly designs like antimicrobial coatings and disinfectant resistance. They are built for continuous use and are more reliable than consumer monitors for medical diagnostic tasks, such as viewing X-rays and CT scans. Monitors designed to display electronic images either in real time as they are obtained using a video camera or from a video recorder, a digital versatile disk recorder, a television, or from a digital computerized network. These monitors typically include electronic circuitry to process the composite television signal and a screen (e.g., cathode ray tube, liquid crystal or plasma display, projection sets) to display the image. Video monitors may be used for many purposes, including monitoring patient activity, and displaying images during surgical, endoscopic, and fluoroscopic procedures. The following Contract Line-Items Number (CLIN) are being considered:� Contract Line Items Manufacturer Part Number Description 0001 Eizo® EX2742 27 4K CuratOR® 0002 Eizo® EX3242 32 4K CuratOR® 0003 Eizo® EX5542 55 4K CuratOR® The Department of Veterans Affairs (VA) is seeking vendors who can Eizo® CuratOR® brand name or equal Monitors: Video: Medical as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. Apply to the following SALIENT CHARACTERISTICS (SCs).� SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION Applicable CLIN SC 1 27 screen size (+/-.5 ), measured diagonally Literature Review 0001 SC 2 32 screen size (+/- .5 ), measured diagonally Literature Review 0002 SC 3 55 screen size (+/- .5 ), measured diagonally Literature Review 0003 SC 4 4K UHD Resolution Display Literature Review 0001 0003 SC 5 178° Viewing Angle Literature Review 0001 0003 SC 6 Minimum of three display ports (i.e. DisplayPort, 12G-SDI, DVI) Literature Review 0001 0003 SC 7 Resistance Rating, minimum of IP45 (front), IP32 (rear) Literature Review 0001 0003 SC 8 Minimum of four different types of video input (i.e. HDMI, 3G-SDI, 12G-SDI, DVI, Display Port, S-Video, or Composite Video) Literature Review 0001 0003 SC 9 ANSI/AAMI ES 60601-1 Compliant Literature Review 0001 0003 SC 10 DICOM preset Literature Review 0001 0003 SC 11 Minimum 3-year warranty Literature Review 0001 0003 Subfactors: Subfactors are above and beyond salient characteristics and will assist with adding depth, clarity, and precision to analyses and evaluations. Design Design features and functions of the offered device will be evaluated. Areas include but are not limited to the following: Versatility Number of input connectors beyond the minimum required Number of display ports beyond the minimum required Performance The Device will be evaluated for its ability to perform its intended function. Areas include but are not limited to the following: Ability to display multiple inputs Screen display adjustments External control of input signals Ability for screen rotation and mirroring Quality/Construction Warranty terms and conditions Product support For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. 3.0 RESPONSE INSTRUCTIONS Responses to this Sources Sought Notice shall include the following: Full name and address of company. SAM Unique Entity Identifier (UEI). Business Size. Manufacturer or Distributor: If distributor, provide full name, business size and address of manufacturer. If distributor, provide evidence that your firm is an authorized distributor for the manufacturer of the products proposed. Country of Origin designation for all products proposed. Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meets the exact brand and model identified, or salient characteristics if you re proposing an equal product with page numbers where each salient characteristic is met. Does respondent offer an annual service plan, Yes or No? If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts? Respondent is requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? Authorized� Distributor� Letter� Certified� by� OEM� with� a� current� date.� Any additional product solution or configuration that would be beneficial to the functionality of the product line identified. Item pricing information of products, inclusive of flat rate shipping. Include any quantity discounts, noting at what level of quantity ordered should the Government expect tiered price reductions, if any. NOTE: In order for the Contracting Officer to determine whether a set-aside can be pursued, it is essential to provide pricing information. Without this information, the Contracting Officer will be unable to assess whether there is a reasonable expectation of receiving fair and reasonable pricing from socio-economic concerns. Does your firm have any subcontracting opportunities for this equipment? Identify any federal contracts vehicles held by your firm that provides this equipment. Are there any further standards or criteria, to include salient characteristics and subfactors, VA should consider in a procurement action for this equipment? Are the Government s specifications unduly restrictive? Any additional information the Government should know prior to issuing a solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e70529cc44e04861a51398308ec7cfc6/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN07734962-F 20260306/260304230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.