R605--JOMI Surgical Video Journal (VA-26-00055178) Allen/Flagg
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: United States. Response deadline: Apr 14, 2026. Industry: NAICS 519290 • PSC R605.
Market snapshot
Awarded-market signal for NAICS 519290 (last 12 months), benchmarked to sector 51.
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 519290
Description
*= Required Field The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is currently conducting market research to locate qualified, experienced, and interested potential sources to provide an enterprise-wide digital subscription to the Journal of Medical Insight (JOMI), a surgical video journal that produces surgical procedural video content for clinical staff working in the surgical arena. This Sources Sought/Request for Information (SS/RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA), Veterans Health Administration (VHA). Please review the information contained herein and identify whether your company has the capability and interest to provide the services required. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this announcement. Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. To qualify as a small business under a small business set-aside contract, the offeror must be considered a small business under the NAICS code assigned to the procurement. NAICS Code. 519290 (size standard: 1,000 employees). Requirements. See attached Draft Statement of Work (SOW). Submittal Information. Contractors having ability to meet this requirement in its entirety, shall provide the following: Entity Information: Company Name and Address: Point of Contact (POC) Name: POC Email Address: POC Phone Number: UEI Number: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Are you an authorized reseller of JOMI Surgical Video, or proposed or equal? If yes, you must provide signed documentation supporting your authorization such as a notice from JOMI or the Subscriber owner stating your company is an authorized reseller. The documentation shall be no more than two years old. Does your company offer this service via a General Service Administration (GSA) contract? If yes, provide the contract number or attach the contract to the response. Describe in detail how your company will comply with the applicable Limitation on Subcontracting requirements (e.g., VAAR 852.219-75 for SDVOSB/VOSB set asides, FAR 52.219-14 for small business set asides). The response shall, at a minimum, address: The percentage of the total contract value (excluding the cost of materials, as applicable) the prime will perform with its own employees. The percentage of the total contract value that will be subcontracted to: similarly situated entities; and all other subcontractors. The percentage for labor, materials, and other direct costs, clearly identifying which portions will be incurred by the prime versus each category of subcontractor. In addition to providing the information requested above, responding companies are encouraged to include any relevant information to confirm the company s ability to meet the requirements outlined in this request and the SOW, Sections 2. and 3. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. It is requested that the above information be provided no later than Wednesday, April 15, 2026, 10:00AM Eastern. Responses should be emailed to Andrew Allen at Andrew.Allen6@va.gov All Email Correspondence for this project must reference the Sources Sought Number, Project Identifier and Project Title in the subject line of the email. Example: Sources Sought Notice: 36C77626Q0158 JOMI Surgical Video No phone calls will be accepted. RESULTS INFORMATION: Sources Sought responses will not be returned, nor will respondents be notified of the Government's evaluation of the information received. 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 under this Sources Sought. DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. 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 Sources Sought Notice.
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.