Skip to content
Department of Veterans Affairs

Intent to Sole Source Endoscopy Gastroscopes Service Maintenance Agreement

Solicitation: 36C257-26-AP-0990
Notice ID: 5ef6c119a47a45b7bfd5b4b8db36e10f
TypeSources SoughtNAICS 339112PSCJ065Set-AsideNONEDepartmentDepartment of Veterans AffairsStateTXPostedJan 29, 2026, 12:00 AM UTCDueFeb 04, 2026, 05:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Feb 04, 2026. Industry: NAICS 339112 • PSC J065.

Market snapshot

Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.

12-month awarded value
$184,184,070
Sector total $20,341,046,444 • Share 0.9%
Live
Median
$192,500
P10–P90
$32,667$37,205,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.9%
share
Momentum (last 3 vs prior 3 buckets)
+143694%($183,928,070)
Deal sizing
$192,500 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Harlingen, Texas • 78550 United States
State: TX
Contracting office
San Antonio, TX • 78240 USA

Point of Contact

Name
Tommy Haire
Email
Tommy.haire@va.gov
Phone
Not available
Name
Michael A. Grier
Email
michael.grier@va.gov
Phone
2109968817

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
257-NETWORK CONTRACT OFFICE 17 (36C257)
Office
Not available
Contracting Office Address
San Antonio, TX
78240 USA

More in NAICS 339112

Description

THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 339113 - Surgical Appliance and Supplies Manufacturing

SCOPE OF WORK: SCOPE OF WORK: The VA utilizes extensive Olympus Endoscopy gastroscopes and supporting equipment across several locations, as outlined in the SOW. This automation is crucial for efficient supply dispensing across numerous patient care clinics. An updated server for this equipment is necessary to maintain full operational capacity and avoid disruptions to patient care.

PLEASE SEE DRAFT STATEMENT OF WORK FOR MORE DETAILS

How to Respond:

This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required supplies to VA. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.

If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to It is requested that interested offerors respond to the following questions:

a. Provide a brief summary of your technical capability to meet the requirements, including any relevant experience

b. Please provide any existing contract vehicles (GSA FSS, GWAC, T4NG etc) you currently hold for which this requirement would be within scope

c. Name of the firm, point of contact, phone number, email address, SAM UIE number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the corresponding NAICS code.

Small businesses should also include information as to:

1) The intent and ability to meet set-aside requirements for performance of this effort, if applicable

2) Information as to proposed teaming arrangements, the percentage of work each is to perform and which requirements are planned to be subcontracted, if applicable

3) In accordance with FAR 52.219-14, Limitations on Subcontracting, indicate whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% concern requirement.

RESPONSE SUBMISSION

Please submit responses via email to micheal.grier@va.gov by the closing date of this notice.  VA reserves the right not to respond to any or all emails or materials submitted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.