J065--YAG Laser (Lumines) | Follow on Base+4 | Start: 4/1/26 Columbus VAACC Intent to Sole Source
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 20, 2026. Industry: NAICS 811210 • PSC J065.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 811210
Description
The Department of Veteran Affairs, Veterans Health Administration, Network Contracting Office 10, Cincinnati OH 45219, intends to negotiate a sole source, Firm-Fixed Price Contract for Lumenis Selecta Trio service agreement to LUMENIS BE INC, 1735 TECHNOLOGY DR STE 850, SAN JOSE, CA 95110 in accordance with FAR Subpart 13.2. This acquisition is for the Columbus VAACC, 420 North James Rd, Columbus, OH 43219. The Government intends to award the contract to LUMENIS BE INC, 1735 TECHNOLOGY DR STE 850, SAN JOSE, CA 95110. UEI: EUH4N8Z1V4Y5. This notice satisfies the requirement at FAR 5.201(b)(1), requiring publication of the proposed contract action. This notice of intent is not a request for quote and no solicitation shall be made available. IAW FAR 5.207(c)(16)(ii) Contractors may submit a capabilities statement or quotation which shall be considered by the agency. The government shall not pay for any costs incurred by responses to this notice. Responses to this notice are due on or before Friday, February 20th at 10:00 a.m. Eastern Time to Michael Groneman, Contracting Officer, via email at Michael.Groneman@va.gov and Andrew Arnst, Contract Specialist, via email at Andrew.Arnst@va.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
VA VHA NCO 10 (Cincinnati, OH 45219) posted a Special Notice (36C25026Q0311) stating its intent to negotiate a sole-source, firm-fixed-price service agreement for a Lumenis Selecta Trio (YAG laser) for the Columbus VAACC at 420 North James Rd, Columbus, OH 43219. The Government identifies LUMENIS BE INC (UEI: EUH4N8Z1V4Y5) as the intended awardee and cites FAR Subpart 13.2 and FAR 5.201(b)(1). While this is not a request for quote and no solicitation will be issued, contractors may submit a capabilities statement or quotation for agency consideration per FAR 5.207(c)(16)(ii). Responses are due by Feb 20, 2026 at 10:00 a.m. ET via email to Michael.Groneman@va.gov and Andrew.Arnst@va.gov, with a stated start of 4/1/26 and a follow-on base+4 structure in the title.
Maintain/support a Lumenis Selecta Trio (YAG laser) at the Columbus VAACC via a follow-on service agreement (base plus four option years) under a firm-fixed-price arrangement, using a sole-source pathway to LUMENIS BE INC unless an alternative vendor demonstrates adequate capability/authority to provide the required service coverage.
- LUMENIS BE INC (explicitly named intended awardee) for the Lumenis Selecta Trio service agreement.
- Any vendor that can credibly demonstrate OEM status, OEM authorization, or otherwise the ability to perform the Lumenis Selecta Trio service agreement at Columbus VAACC (must be strong enough to overcome sole-source intent).
- Provide a service agreement for the Lumenis Selecta Trio (YAG laser) for the Columbus VAACC (Columbus, OH).
- Operate under a Firm-Fixed Price contract structure (follow-on base + 4 per notice title).
- Respond to VA NCO 10 contracting staff with either a capabilities statement or quotation by the stated deadline for consideration despite sole-source intent.
- Capabilities statement (or quotation) explicitly addressing the Lumenis Selecta Trio service agreement requirement for Columbus VAACC (420 North James Rd, Columbus, OH 43219).
- Evidence of ability/authorization to service Lumenis Selecta Trio (e.g., OEM authorization letter or equivalent proof, if available).
- Company identifiers relevant to the submission (as applicable to your firm) and clear point of contact for follow-up.
- Email submission to Michael.Groneman@va.gov and Andrew.Arnst@va.gov by Feb 20, 2026 at 10:00 a.m. ET.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Notice type is a Special Notice and explicitly states: “This notice of intent is not a request for quote and no solicitation shall be made available.”
- Agency will consider capabilities statements or quotations per FAR 5.207(c)(16)(ii).
- Sole-source intent is stated; Government intends to award to LUMENIS BE INC.
- Government will not pay costs incurred in responding to this notice.
- Cites FAR Subpart 13.2 for the acquisition approach and FAR 5.201(b)(1) publication requirement.
- Because the Government states a sole-source firm-fixed-price service agreement and no RFQ will be issued, any non-incumbent/non-OEM submission should focus less on discounting and more on proving technical/contractual ability to deliver equivalent OEM-level service for the Lumenis Selecta Trio at Columbus VAACC.
- If submitting a quotation, align pricing structure to the described follow-on base+4 form (base plus four option years) and clearly indicate what is included in the service agreement for the Selecta Trio (only to the extent supported by your actual offering and supporting documentation).
- If not the OEM, consider teaming with an entity that holds Lumenis authorization for Selecta Trio service (or can provide OEM-certified parts/field service) so your capabilities statement can substantiate eligibility to perform the exact Lumenis Selecta Trio service agreement at the Columbus VAACC.
- High likelihood of award to the named vendor (LUMENIS BE INC) given explicit sole-source intent; your submission must directly counter the implied sole-source justification with credible proof of capability/authorization.
- No solicitation will be issued; failure to submit by the email deadline (Feb 20, 2026, 10:00 a.m. ET) eliminates consideration.
- Scope details of the service agreement (coverage terms, response times, parts inclusion, preventive maintenance frequency) are not provided in the notice text; any quote must avoid assuming requirements not stated and instead document what you can commit to for the Selecta Trio.
- The title indicates “Start: 4/1/26” and “Follow on Base+4”; misalignment between your proposed period and the Government’s intended structure could weaken consideration.
- Can the contracting office share the current/required Lumenis Selecta Trio service agreement coverage terms (e.g., preventive maintenance schedule, parts coverage, response time, and hours of coverage) for the Columbus VAACC?
- Is the Government’s sole-source rationale based on OEM-only parts/software, warranty restrictions, proprietary diagnostics, or continuity of service for a follow-on contract?
- Please confirm the intended period structure (base + 4 options) and the planned start date of 4/1/26 referenced in the notice title.
- Is there an attached document in the SAM.gov resource link that specifies the required service agreement scope for the Selecta Trio?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific service agreement requirements/coverage details for the Lumenis Selecta Trio (PM frequency, parts, response time, hours of coverage)
- Exact period of performance dates beyond the title reference to start 4/1/26
- Any details contained in the posted attachment/resource link (not provided in the brief)
- Sole-source justification basis (e.g., OEM-only requirement)
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.