Skip to content
Department of Veterans Affairs

6515--Transesophageal Echocardiography (TEE) _ Ultrasonic Cardiac

Solicitation: 36C10X26Q0116
Notice ID: f9da070c1bde4d8eb7fcfd52d0bb021d
TypeSources SoughtNAICS 334510PSC6515DepartmentDepartment of Veterans AffairsPostedMar 26, 2026, 12:00 AM UTCDueApr 06, 2026, 10:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Enterprise-wide • United States. Response deadline: Apr 06, 2026. Industry: NAICS 334510 • PSC 6515.

Market snapshot

Awarded-market signal for NAICS 334510 (last 12 months), benchmarked to sector 33.

12-month awarded value
$92,290,833
Sector total $52,180,821,306 • Share 0.2%
Live
Median
$675,624
P10–P90
$40,907$695,500
Volatility
Volatile97%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+286%($54,272,147)
Deal sizing
$675,624 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 →
Live POP
Place of performance
Enterprise-wide • United States
Contracting office
Frederick, MD • 21703 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Courtney Chattman
Email
Courtney.Chattman@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
SAC FREDERICK (36C10X)
Office
Not available
Contracting Office Address
Frederick, MD
21703 USA

More in NAICS 334510

Description

Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Cardiac Ultrasound as a candidate for an Enterprise-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (VA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the Revolutionary FAR Overhaul (RFO) 10.001(b) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified vendor to provide the Philips Healthcare EPIQ CVx® brand name or equal cardiac ultrasound system and accessories on an Enterprise-wide basis. The vendor must also provide training and services. The VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders in accordance with (IAW) RFO 16.503, Requirements Contract to a vendor capable of providing cardiac ultrasound systems and accessories, training, and services. Vendors will be required to deliver cardiac ultrasound systems and accessories and provide training and services to VA medical centers and facilities throughout the United States and its territories. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The Vendor must demonstrate the ability to meet all requirements for the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 800 employees. The RFO Provision found at 52.204-7 requires that The Offeror shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer or quotation in response to this solicitation and at the time of award.   You may access the website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of proposal submission. 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. 2.0 SCOPE A cardiac ultrasound machine, also known as an echocardiography machine, is a specialized medical imaging device used to visualize the heart and its structures. Echocardiography is an essential diagnostic tool for identifying various heart conditions, including heart valve disorders, cardiomyopathies, pericardial effusions, and congenital heart defects. The following Contract Line-Items Number (CLIN) are being considered: Contract Line Items Manufacturer Part Number Description 0001 Philips NNAP990 EPIQ CVx 3D System w/ 3-year warranty 0002 Philips NNAP991 EPIQ CVx 2D System w/ 3-year warranty 0003 Philips NNAV792 2025 OR Software 3DAMV 0004 Philips NNAV538 Adult Echo X5-1c & S5-1 Bundle 0005 Philips NNAV537 X5-1c Bundle for iE33 Trade 0006 Philips NNAV793 2025 OR Structural Heart Pkg 0007 Philips NNAV714 TEE & TTE Transducer Bundle 0008 Philips NNAV705 2024 2D Innovation Package 0009 Philips NNAV795 2025 3D Leadership Package 0010 Philips NNAV796 2025 3D Leadership Adv Pkg 0011 Philips NNAV797 2025 3D Leadership Plus Pkg 0012 Philips NNAV804 2025 3D Leadership Premium 0013 Philips NNAV671 2023_3DLeadershipPlusVeriSight 0014 Philips NNAV706 Comprehensive SHD Package 0015 Philips 989607004346 1 Year Point of Sale Extended Warranty for EPIQ CVx (max of 4 per u/s) 0016 Philips NUSX843 Comprehensive SHD Package 0017 Philips NUSX050 CV Clinical Pkg 0018 Philips NUSX019 Loyalty Promo, Release 9.0 0019 Philips NUSX021 CVx Loyalty Interv. Bundle 0020 Philips NUSX070 Abdomen 0021 Philips NUSX071 Adult Cardiology 0022 Philips NUSX072 Fetal Echo 0023 Philips NUSX081 TCD 0024 Philips NUSX083 Vascular 0025 Philips NUSX170 Pulse Phono 0026 Philips NUSX090 xMATRIX xPlane 0027 Philips NUSX180 Cardiology 3DQ Bundle 0028 Philips NUSX189 DHM and 3DQ Bundle 0029 Philips NUSX281 Comprehensive 3DQ Bundle 0030 Philips NUSX284 DHM AutoStrain LV Bundle 0031 Philips NUSX184 CV 2DQ, 3D LV Pack 0032 Philips NUSX181 Intervention Card 0033 Philips NUSX183 MVN 0034 Philips NUSX290 3D Auto MV 0035 Philips NUSX187 3DQ 0036 Philips NUSX188 3DQ Advanced 0037 Philips FUS8766 XICE PIM 0038 Philips NUSX838 Complete 2D&3D Quantification 0039 Philips NUSX839 2D AutoStrain Package 0040 Philips NUSX840 Comprehensive 2D AutoStrain 0041 Philips NUSX844 2D Auto LV 0042 Philips NUSX160 ROI 0043 Philips NUSX161 IMT 0044 Philips NUSX163 Strain Q 0045 Philips NUSX164 aCMQ 0046 Philips NUSX165 CMQ Stress 0047 Philips NUSX168 GI 3DQ 0048 Philips NUSX169 a2DQ 0049 Philips NUSX172 a2DQ LA 0050 Philips NUSX294 AutoStrain LV 0051 Philips NUSX292 AutoStrain LA 0052 Philips NUSX293 AutoStrain RV 0053 Philips NUSX093 3D Auto TV 0054 Philips NUSX094 3D Auto CFQ 0055 Philips NUSX237 2D Auto EF 0056 Philips NUSX222 2D Auto EF Advanced 0057 Philips NUSX130 Panoramic 2D 0058 Philips NUSX131 Panoramic 3D 0059 Philips NUSX135 Contrast Card Perfusion 0060 Philips NUSX138 Flow Viewer 0061 Philips NUSX214 Dynamic Heartmodel 0062 Philips NUSX192 MicroFlow Imaging 0063 Philips NUSX209 Cardiac TrueVue Bundle 0064 Philips NUSX159 Hyper 2D Imaging 0065 Philips NUSX297 3D Auto RV 0066 Philips NUSX210 3D Auto LAA 0067 Philips NUSX157 CV Doppler and 2D Auto Measure 0068 Philips NUSX141 Footswitch 0069 Philips NUSX155 Battery Ext Life Package 0070 Philips NUSX221 3D Markers 0071 Philips NUSX671 Government Security 0072 Philips NUSX842 X11-4t and X8-2t Package 0073 Philips NUSX126 Adult 3D TTE and TEE Xdcr Pack 0074 Philips NUSX129 mL26-8 Transducer & eL18-4 Bundle 0075 Philips FUS9350 X5-1 Transducer 0076 Philips FUS9357 X5-1c Transducer 0077 Philips FUS9351 X6-1 Transducer 0078 Philips FUS9352 X7-2 Transducer 0079 Philips FUS9354 X8-2t Transducer 0080 Philips FUS9358 X11-4t Transducer 0081 Philips FUS9370 L12-3 Transducer 0082 Philips FUS9376 L12-3 Ergo Transducer 0083 Philips FUS9371 L12-5 Transducer 0084 Philips FUS9372 L15-7io Transducer 0085 Philips FUS9374 eL18-4 Transducer 0086 Philips FUS9377 mL26-8 Transducer 0087 Philips FUS9380 C5-1 Transducer 0088 Philips FUS9381 C8-5 Transducer 0089 Philips FUS9382 C9-2 Transducer 0090 Philips FUS9390 S5-1 Transducer 0091 Philips FUS9391 S7-3t Transducer 0092 Philips FUS9392 S8-3 Transducer 0093 Philips FUS9393 S12-4 Transducer 0094 Philips FUS9394 S8-3t Transducer 0095 Philips FUS9395 S9-2 Transducer 0096 Philips FUS9400 D2CWC Transducer 0097 Philips FUS9401 D5CWC Transducer 0098 Philips NUSX231 Internal DVR, NTSC 0099 Philips NUSX233 Internal Color Printer 0100 Philips NUSX234 Internal B&W Printer 0101 Philips NUSX241 Internal DVR, NTSC 0102 Philips NUSX243 Internal Color Printer 0103 Philips NUSX244 Internal B&W Printer 0104 Philips NUSX254 External B&W Printer 0105 Philips NUSX275 OLED Display Monitor 0106 Philips NNAV555 EPIQ CVXi Ultrasound System w/ 3 year warranty 0107 Philips NNAV800 2025 CVxi Leadership Plus Pkg 0108 Philips NNAV736 CVxi Leadership Plus Pkg 0109 Philips NUSX841 Comprehensive SHD Package 0110 Philips NUSX029 X8-2t Promo 0111 Philips NUSX020 CVxi Loyalty Bundle 0112 Philips NUSX190 HeartModel 0113 Philips FUS9353 X7-2t Transducer 0114 Philips 989801256166 US 1 Day OnSite-Cust Specific-PAS Training and Services 0115 Philips 989801256491 1 Day Case Study Support. 0116 Philips 989801256940 On-Site Lunch & Learn 0117 Philips 989801256950 Silver Level Membership 0118 Philips 989801256951 Gold Level Membership 0119 Philips 989801256952 Platinum Level Membership 0120 Philips 989801256998 Annual Onsite Assessment 0121 Philips 989801300675 CSS Led VILT up to two (2) hours 0122 Philips 989801300676 Speaker Led VILT up to two (2) hours 0123 Philips 989801300677 CSS Led VILT 2 - 4 hours 0124 Philips 989801300678 Speaker Led VILT 2 - 4 hours 0125 Philips 989801300679 CSS Led Full Day Virtual 4-8 hours 0126 Philips 989801300680 Speaker Led Full Day Virtual 4-8 hours 0127 Philips 989801300681 CSS Led Full Day Virtual Onsite up to 20 0128 Philips 989801300682 Speaker Led Full Day Virt Onsite up to 20 0129 Philips 989801300683 CSS Led Virtual Meal and Educ up to 2hrs 0130 Philips 989801300684 Speaker Led Virt Meal and Educ up to 2hrs 0131 Philips 989801300694 1 Day OnSite-Cust Spec-CSS 0132 Philips 989801300695 1 Day OnSite-Cust Spec-CSS Weekend 0133 Philips 989801300696 1 Day CSS Led OnSite for 1-10 0134 Philips 989801300697 1 Day CSS Led OnSite for 11-20 0135 Philips 989801300698 2 Day CSS Led OnSite for 1-10 0136 Philips 989801300699 2 Day CSS Led OnSite for 11-20 0137 Philips 989801300700 1 Day Weekend CSS Led OnSite for 1-10 0138 Philips 989801300701 1 Day Weekend CSS Led OnSite for 11-20 0139 Philips 989801300702 2 Day Weekend CSS Led OnSite for 1-10 0140 Philips 989801300703 2 Day Weekend CSS Led OnSite for 11-20 0141 Philips 989801300704 1 Day Speaker Led OnSite up to 20 students 0142 Philips 989801300705 2 Day Speaker Led OnSite up to 20 students 0143 Philips 989801300707 1 Day Wkend Speaker Led OnSite 20 students 0144 Philips 989801300708 2 Day Wkend Speaker Led OnSite 20 students 0145 Philips 989801300712 Ultrasound Accred Assist Svc 1 yr 1 SN 0146 Philips 989801300713 Ultrasound Accred Asst Trng 1-5 student 0147 Philips 989801300714 Philips US Trans Care&TEE Elec Lkg Test 0148 Philips 989801300715 Models - Pricing Per Hour The Department of Veterans Affairs (VA) is seeking vendors who can provide Philips Healthcare EPIQ CVx® and accessories or equal as listed above, which meet all the salient characteristics listed below. Vendors may propose any product solution or configuration so long as they meet the salient characteristics (SC). Vendors may propose any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The following SCs apply: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION RELEVANT CLINs SC 1 The proposed system(s) must feature an OLED live display with a minimum diagonal screen size of 21 . Literature Review 0001-0002, and 0106 SC 2 The proposed system(s) must offer real time 3D Transesophageal echocardiography (TEE) capabilities and include applicable TEE probes. Literature Review 0001-0002, and 0106 SC 3 The proposed system(s) must utilize tissue harmonic imaging (THI). Literature Review 0001-0002, and 0106 SC 4 The proposed system(s) must be capable of 4D cardiac imaging. Literature Review 0001-0002, and 0106 SC 5 The proposed system(s) must contain hard drive image storage capacity of at least 1 TB. Literature Review 0001-0002, and 0106 SC 6 The proposed equipment and system(s) must be listed on the published VA VistA Imaging Approved DICOM Modality Interfaces list as an approved DICOM modality. Literature Review 0001-0002, and 0106 SC 7 The proposed system(s) must be FDA-approved for diagnostic cardiac procedures to include transthoracic echocardiography (TTE) and transesophageal echocardiography (TEE). Literature Review 0001-0113 SC 8 The proposed system(s) must feature speckle noise reduction. Literature Review 0001-0002, and 0106 In addition to meeting or exceeding the SCs listed above, the Government will evaluate the following specific technical areas: Design Design features and functions of the offered device will be evaluated. Areas include but are not limited to the following: Transducer probe options, design, features, and ergonomics Performance The Device will be evaluated for its ability to perform its intended function. Areas included but are not limited to: Imaging and measurement capabilities System and data integration & interoperability. System s ability to connect with cardiology, anesthesiology, and enterprise platforms and exchange images, data, and reports across workflows. Data storage & management User interface and workflow features, including (but not limited to) automation, presets, or decision-support tools provided Software features and quality Imaging quality Monitor display quality and resolution Advanced features and tools, including (but not limited to) Artificial Intelligence (AI) workflow optimizations Imaging modes, doppler modes, and techniques Support/Training Training and support aspects will be evaluated, including, but not limited to, the following areas: Availability and ease of use of training resources, including (but not limited to) online, in-person, and on-site (VA), and off-site training opportunities. This includes clinical applications training and biomedical service training. Annual service and maintenance plan, including (but not limited to) coverage of parts, labor, and repairs; software and firmware updates; preventive maintenance schedules; and remote diagnostics and technical support capabilities. This includes (but not limited to) up-time guarantees, response time guarantees, extended warranty inclusion, etc. For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the SCs. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Does vendor 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? Vendors are requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? Full name and address of company Unique Entity Identifier (UEI) number Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer. Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meet the identified SCs and page numbers where each salient characteristic is met. Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Authorized Distributor Letter Certified by OEM with a current date. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.

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.