Skip to content
Department of Veterans Affairs

J065--Abbott Optis Mobile Agreement

Solicitation: 36C25026Q0450
Notice ID: dd564097c1024b549883b0ded937f71e
TypeSources SoughtNAICS 811210PSCJ065DepartmentDepartment of Veterans AffairsStateOHPostedApr 06, 2026, 12:00 AM UTCDueApr 14, 2026, 02:00 PM UTCCloses in 5 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: OH. Response deadline: Apr 14, 2026. Industry: NAICS 811210 • PSC J065.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$219,050,626
Sector total $373,493,323 • Share 58.6%
Live
Median
$97,690
P10–P90
$27,905$429,355
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.6%
share
Momentum (last 3 vs prior 3 buckets)
-83%(-$154,585,991)
Deal sizing
$97,690 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 OH
Live POP
Place of performance
Louis Stokes Cleveland Veterans Medical Center, 10701 East Blvd • Cleveland, Ohio • 44106 United States
State: OH
Contracting office
Dayton, OH • 45428 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260063 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260063 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260048 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Mercer
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $37.00Fringe $28.27
Rate
BRICK POINTER/CAULKER/CLEANER
Base $33.30Fringe $18.28
Rate
SOFT FLOOR LAYER
Base $30.25Fringe $25.16
+33 more occupation rates in this WD
Davis-Baconstate match
OH20260085 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lawrence
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260022 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Coshocton, Guernsey, Harrison +8
Rate
CEMENT MASON/CONCRETE FINISHER
Base $35.67Fringe $24.75
Rate
CEMENT MASON/CONCRETE FINISHER
Base $28.96Fringe $4.71
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator)
Base $37.14Fringe $15.20
+5 more occupation rates in this WD

Point of Contact

Name
Sara Wood
Email
sara.wood1@va.gov
Phone
513-559-3702

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 811210

Description

Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Abbott Optis Mobile Agreement Louis Stokes Cleveland VA Medical Center This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. The Department of Veterans Affairs (VA), VA Healthcare System, Network Contracting Office (NCO) 10, on behalf of Louis Stokes Cleveland VA Medical Center in Cleveland, Ohio, is conducting market research through this sources sought notice to seek sources that can provide Abbott Optis Mobile Agreement for the VA Medical Center. The NAICS Code for this acquisition is 811210, size standard of $34 Million. The product service code is J065. The contracting office is contemplating award of a Firm-Fixed-Price contract for this service. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Pursuant to FAR Part 10, Market Research, the purpose of this notice is to determine if sources capable of satisfying the agency's requirements exists and to determine the commercial practices of company's engaged in providing the needed service. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. DESCRIPTION The Louis Stokes Cleveland VA Medical Center Abbott Optis Mobile Agreement. Biomedical Engineering requires services for Abbott Laboratories One System Solution for electrophysiology primarily through the Ensite X EP System which is designed to enhance the treatment of atrial fibrillation. The EnSite X EP System is the only open architecture design that provides a comprehensive solution for RF and PFA procedures, including mapping and visualization. It features 3D mapping technology that reduces radiation exposure and improves procedural success rates. The system is designed to optimize workflow and improve patient outcomes by allowing precise targeting of cardiac tissue during ablation procedures. GENERAL REQUIREMENTS Contractors that can provide and meet the requirement are requested to send: 1. Company Name 2. SAM.gov UEI number 3. Business size under NAICS 811210 4. If you believe another NAICS code is more suitable for these services, please include the code. 5. If the service(s) are available on an FSS contract or not and the FSS contract number if it is available on contract. 6. Notification if they are an SBA VetCert registered VOSB/SDVOSB or not. Contractors must be registered and certified in VetCert to be considered VOSB/SDVOSB. 7. Is there any reason you would not be interested in responding to a solicitation? 8. Please provide a short narrative on the technical capability and interest in providing the requested services. 9. Any questions, comments, or concerns, that may otherwise assist us. 10. Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i) RESPONSE COMMITMENT Response: All responses should be directed to sara.wood1@va.gov Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline: This request will close on stated date within the Government Point of Entry (GPE).

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.