Navigate the lattice: hubs for browsing, trends for pricing signals.
DESCRIPTION THIS IS NOTICE OF INTENT TO SOLE SOURCE 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 in accordance with the FAR 10.002(b)(2) 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 Pachymeters: Corneal Ultrasound. The SAC in conjunction with VHA is seeking a qualified source to provide Medtronic® Bravo Reflux Testing System to include service plan on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver the Medtronic® Bravo Reflux Testing System to include service plan 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 Contractor must demonstrate the ability to meet all requirements for the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112- Surgical and Medical Instrument Manufacturing, Product Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 1000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM.gov prior to submitting an offer or quotation. 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 quote submission. Submissions for this sources sought shall be submitted by email no later than February 13, 2026, 5:00 PM Eastern to all the following: Kyle.franks@va.gov Felicia.demita@va.gov 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 Intent to Source 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. SCOPE The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Recorders, Physiologic, pH, Upper Gastrointestinal Tract product line as a candidate for a VA-wide (otherwise referred to as national ) contract for Recorders, Physiologic, pH, Upper Gastrointestinal Tract. Electronic data storage recorders that include wireless transmitters, catheters (e.g., esophageal, biliary) and an electronic amplifier. There are two basic types of recorders: real time and retrospective, according to the point at which analysis is performed. These recorders are commonly used in ambulatory patients to correlate pH data (e.g., data related to gastroesophageal reflux) to patient symptoms. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Recorders, Physiologic, pH, Upper Gastrointestinal Tract to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. The following Contract Line-Items Number (CLIN) are being considered: Contract Line Items Manufacturer Part Number Description 0001 Medtronic FGS-0634 Bravo CF Reflux Recorder 0002 Medtronic FGS-0306 Bravo Vacuum Pump (110V) Medela brand pump 0003 Medtronic FGS-0309 Bravo Vacuum Pump Kit Includes silicone tubing with coupling, 180 cm tubing (no fingertip control), 0.25 L canister, and lid with overflow protection 0004 Medtronic ASM-0550-01 Carry Case for BR2 Receiver Case only; straps sold separately USD 31.00 0005 Medtronic FGS-0340 Bravo Vacuum Pump Tubes (10-pack) For Medela brand pump 0006 Medtronic FGS-0493 Calibration Stand Bravo/Digitrapper Includes four 2793 tubes (250 mm x 18 mm) 0007 Medtronic FGS-0687 Bravo Pump Virus Filters (10-pack) 0008 Medtronic FGS-0516 Bravo pH Recorder Straps (5-pack) 0009 Medtronic FGS-0656 Reflux Software v6.1 Includes 10 licenses: for use with Bravo Calibration-Free (CF) 0010 Medtronic PSP-0023-LF 15W AC-DC Adaptor with Mini USB Plug 0011 Medtronic PSP-0024-LF Wall charger: plug adapter sold separately 0012 Medtronic WIR-0075-LF Interchangeable AC Plug Kit 0013 Medtronic 80263 Includes EU, UK, Australia, and US adapters 0014 Medtron 80264 USB 1.1 Cable (A Male to B Mini, 1 m) USB cable only 0015 Medtronic 80265 Reflux Recorder 1 Year Service Plan 0016 Medtronic 80268 Service Plan Reflux Recorder 1 Year, First Recorder 0017 Medtronic 80269 Reflux Recorder 2 Year Service Plan Service Plan Reflux Recorder 2 Year, First Recorder (Bravo or Digitrapper) 0018 Medtronic 80270 Reflux Recorder 3 Year Service Plan Service Plan Reflux Recorder 3 Year, First Recorder The Department of Veterans Affairs (VA) is seeking vendors who can provide Medtronic® Bravo Calibration-Free Wireless Esophageal pH Monitoring System Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote 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. CLIN s 0001-0018 apply to the following SC s: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 FDA Clearance 510K required Literature Review SC 2 Calibration-Free pH wireless Sensor Technology Literature Review SC 3 Extended 96-Hour recording capability or better Literature Review SC 4 Must be a wearable wireless external receiver capable of uninterrupted data collection Literature Review SC 5 Receivers shall allow patients to record symptoms, meals, and body position changes Literature Review SC 6 system shall include manufacturer-provided reflux analysis software specifically designed for use with the recorder Literature Review SC 7 Must include Service Plans for the repair, maintenance and updating of system and software Literature Review 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 salient characteristics. 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: 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 identified salient characteristics and page numbers where each salient characteristic is met. 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? Vendor is requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? If distributor, provide full name, business size and address of manufacturer. Any additional product solution or configuration that would be beneficial to the clinical 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 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. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.