6540--NX EQ Vitreoretinal Cataract System (VA-26-00044951)
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Mar 05, 2026. Industry: NAICS 339112 • PSC 6540.
Market snapshot
Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 339112
Description
DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) is issuing this Sources Sought Notice as a means of conducting market research to identify qualified sources with the capability and the resources to meet the Veterans Health Administration s (VHA) Non-Expendable Equipment National Program requirement for Vitreoretinal Cataract Systems The Department of Veterans Affairs (VA) has identified Alcon UNITY® Vitreoretinal Cataract System as the only known system that meets the Government s minimum requirements for an integrated platform capable of performing both cataract (phacoemulsification) and vitreoretinal (posterior segment) surgeries, with optional laser photocoagulation, in a single console. These functions are critical to meeting Veteran care needs because: Timeliness and Efficiency: Feature: UNITY® combines phacoemulsification, anterior vitrectomy, posterior vitrectomy, and laser photocoagulation in one integrated platform. Eliminates the need to swap machines mid-procedure, reducing operating room time and infection risk. Setup and Workflow: Feature: UNITY® offers single-step prime/test, reduces vitreoretinal connections from 8 to 4, and eliminates clean cycle at teardown (25 sec). Faster setup and teardown, fewer tubing connections, and single-step priming simplify processes for scrub technicians and nurses essential in busy VA surgical environments. Clinical Outcomes: Feature: Intelligent Fluidics with real-time pressure/flow control and Intelligent IOP sensing; UNITY® 4D Phaco delivers ~2× faster nucleus removal with ~41% less energy; HyperVit dual-blade vitrector operates at 30,000 cpm for efficient vitreous removal. Real-time fluidics and IOP stability reduce intraoperative complications, while advanced phaco and high-speed vitrectomy improve recovery and visual outcomes. Space and Resource Optimization: Feature: UNITY® consolidates two separate machines (phaco and vitrectomy) into one platform, freeing OR space and reducing storage needs. One integrated system reduces equipment footprint and storage requirements, supporting high-volume ophthalmology clinics. While Alcon UNITY® is the only known system meeting these combined capabilities, VA is issuing this Sources Sought to determine whether other manufacturers can provide an equal product that meets the salient characteristics listed below. If no equal products are identified, VA may proceed with a brand-name only acquisition under FAR 6.103-1. The anticipated period of performance is for one 12-month base period with four 12-month option periods. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard is 1,000 employees. Submissions for this sources sought shall be submitted by email no later than the due date and time listed in the announcement to the contract specialist at cyiamaudia.jones@va.gov and the contacting officer at Anthony.Zibolski@va.gov. Email responses shall include the following Subject Line: Response to Sources Sought Notice 36C10X26Q0073. 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. Salient Characteristics: The Government requires these characteristics to ensure surgical efficiency, patient safety, and optimal outcomes for Veterans. Combining cataract and vitreoretinal capabilities in one platform reduces intraoperative risk, eliminates equipment swaps mid-procedure, and supports chamber stability. High-speed vitrectomy and energy-efficient phacoemulsification minimize tractional forces and collateral tissue stress. Multi-spot laser capability accelerates panretinal photocoagulation, while integrated gas delivery ensures predictable tamponade outcomes. Illumination and workflow enhancements reduce setup time and improve OR efficiency. These features collectively support improved Veteran outcomes and align with VA s mission to provide safe, high-quality surgical care. SC # Salient Characteristic (Minimum Requirement) Method of Evaluation SC-1 Integrated real-time pressure and flow control across both cataract and vitreoretinal modes, with ability to maintain a stable intraocular pressure (IOP) setpoint during fluidics changes and instrument exchanges. Literature Review SC-2 High-speed dual-blade vitrectomy probe capable of 30,000 cuts/minute (cpm), designed to minimize tractional forces and improve vitreous removal efficiency. Literature Review SC-3 Advanced phacoemulsification modality that reduces ultrasound energy delivered into the eye while increasing nucleus removal efficiency compared to conventional torsional phaco systems. Literature Review SC-4 Multi-spot illuminated endolaser capability, allowing simultaneous delivery of 1 4 laser spots for retinal photocoagulation to reduce total application time. Literature Review SC-5 Integrated gas delivery system providing precise gas-to-air mixture ratios for tamponade agents, reducing manual mixing variability and waste. Literature Review SC-6 System-wide illumination and safety controls, including customizable light profiles, long-life LED sources ( 10,000 hours), automated safety features, and workflow enhancements such as single-step priming and reduced tubing connections. Literature Review 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? 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.