Skip to content
Department of Veterans Affairs

6515--Medical Airway Visualization System

Solicitation: 36C26226Q0471
Notice ID: 8dedba45d3984f2cb0e131638be8e60a
TypePresolicitationNAICS 339112PSC6515DepartmentDepartment of Veterans AffairsStateCAPostedMar 10, 2026, 12:00 AM UTCDueMar 20, 2026, 11:00 PM UTCCloses in 9 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Mar 20, 2026. Industry: NAICS 339112 • PSC 6515.

Market snapshot

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

12-month awarded value
$194,560,414
Sector total $24,146,592,831 • Share 0.8%
Live
Median
$99,104
P10–P90
$30,582$1,024,897
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+23674%($192,930,499)
Deal sizing
$99,104 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 CA
Live POP
Place of performance
VAMC San Diego, 3350 La Jolla Village Drive • San Diego, CA • 92161 United States
State: CA
Contracting office
Gilbert, AZ • 85297 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260026 (Rev 2)
Match signal: state matchOpen WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
+130 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 130 more rate previews.
Davis-BaconBest fitstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260024 (Rev 2)
Open WD
Published Jan 23, 2026California • Orange
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Nate Munson
Email
Nathan.Munson@va.gov
Phone
562-681-2951

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

More in NAICS 339112

Description

This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 19 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with (IAW) Far 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a Medical Airway Visualization System. (1) Manufacturer: Verathon Item Description: GlideScope Core 15 FHD Premium Configure W/2 Core Quickcon Cables Quantity: 1 Manufacturer Part #: 0270-1112-FHD Equal to product Information: Main component: Medical Airway Visualization System Salient Characteristics Must: Must have real-time imaging with the capability to view the airway via a video laryngoscope and a single-use flexible bronchoscope simultaneously Must have a minimum of a 10 LCD high-definition touchscreen monitor that is compatible with latex glove-use Must be able to enlarge the bronchoscopy view by at least 1.5x Must have still image and video capture via touchscreen Must have Video playback and image gallery with capability to view full screen Must have 180-degree image rotation for face-to-face intubations and training Must have single-use video laryngoscopes and flexible bronchoscopes that can be swapped out while machine is in use Must have Optional auto recording The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) As defined in FAR Part 52.225-1 regarding the Buy American Act, please list the country of origin for each line item. (2) Submit your capabilities statement illustrating how your organization can/cannot meet the list of salient characteristics requirements. For instances where your company cannot meet the salient characteristics requirement(s), please explain. For instances where your company can meet the salient characteristics requirement(s), please show how your company meets/exceeds each requirement. (3) Please review the list of salient characteristics requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (4) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (5) Is your company considered small under the NAICS code identified in this RFI? (6) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of salient characteristics? (7) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (8) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (9) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (10) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (11) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, March 20th, 2026 by 4:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.

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.