J065--Intent to Sole Source Olympus Endoscope Repair Service Cincinnati OH VAMC
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 26, 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.
Point of Contact
Agency & Office
More in NAICS 811210
Description
Notice of Intent to Sole-Source Requirement The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to negotiate a sole source contract under Simplified Acquisition Procedures and the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The associated NAICS code for this is 811210 [NAICS Code - https://www.naics.com/search/]. The sole-source contract will be awarded to: Olympus America, Inc. 3500 CORPORATE PKWY, CENTER VALLEY, PA 18034 SAM UEI: FLWQVLFLMEL3 Description of equipment requirements: Olympus Scope Agreement for the Olympus Scopes serving the Cincinnati, OH VA Medical Center Operation Room. These scopes are used to detect and treat disease for patients. The contractor will provide all necessary labor, management, supervision, technical skills, quality control, materials, tools, transportation, software, and equipment necessary to repair the scopes. The stated scopes are used in operation room (OR) which are used daily to provide direct patient care. It is the Government's belief that only the proposed candidate possesses the required capabilities to successfully meet this requirement. It is the Government's intention to solicit and negotiate with only this source. This notice of intent is not a request for competitive proposals. IAW FAR 5.207 all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. This evidence shall include a letter from the Original Equipment Manufacturer (OEM) stating vendor is an authorized distributor per clause 852.212-71(c), proof vendor can purchase OEM parts, if needed, and all technical personnel are OEM certified. Failure to furnish this information would exclude an interested party. This is not a solicitation or request for offers. No solicitation package is available. Any response to this notice must show clear and convincing evidence that demonstrates the ability to comply with the requirement and that competition would be advantageous to the Government. The Government will not pay for information submitted. A determination not to compete based on responses to this notice is solely within the discretion of the Government. All responses to this intent to sole source must be emailed to Michael.Groneman@va.gov and andrew.arnst@va.gov by 10AM EST. Thursday, February 26, 2026.
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.