Skip to content
Department of Veterans Affairs

6650--Scanning Systems: Laser: Optical Biometry

Solicitation: 36C24526Q0256
Notice ID: fa6a276d6b884651922905f7d6d7f727
TypeSources SoughtNAICS 334510PSC6650DepartmentDepartment of Veterans AffairsStateWVPostedJan 29, 2026, 12:00 AM UTCDueFeb 20, 2026, 05:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: WV. Response deadline: Feb 20, 2026. Industry: NAICS 334510 • PSC 6650.

Market snapshot

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

12-month awarded value
$92,290,833
Sector total $52,408,453,124 • 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 →
Map for WV
Live POP
Place of performance
Huntington Vamc 1540 Spring Valley Dr • Huntington, West Virginia • 25704 United States
State: WV
Contracting office
Linthicum, MD • 21090 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WV20260089 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026West Virginia • Mingo
Rate
CARPENTER
Base $33.80Fringe $27.34
Rate
OPERATOR: Loader Six (6) cubic yards capacity and over
Base $40.35Fringe $20.30
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
WV20260089 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Mingo
Rate
CARPENTER
Base $33.80Fringe $27.34
Rate
OPERATOR: Loader Six (6) cubic yards capacity and over
Base $40.35Fringe $20.30
Rate
OPERATOR: Crane
Base $40.35Fringe $20.30
+24 more occupation rates in this WD
Davis-Baconstate match
WV20260110 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Hampshire, Morgan
Rate
CARPENTER
Base $30.00Fringe $25.06
Rate
OPERATOR: Crane
Base $40.35Fringe $20.30
Rate
OPERATOR: Backhoe/Excavator/Trackhoe
Base $37.59Fringe $20.30
+23 more occupation rates in this WD
Davis-Baconstate match
WV20260076 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Wayne
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $41.95Fringe $20.45
Rate
GROUP 2
Base $39.19Fringe $20.45
Rate
IRONWORKER, ORNAMENTAL
Base $35.50Fringe $29.11
+23 more occupation rates in this WD
Davis-Baconstate match
WV20260109 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Brooke, Hancock, Ohio
Rate
CARPENTER
Base $33.80Fringe $27.34
Rate
OPERATOR: Crane
Base $40.35Fringe $20.30
Rate
OPERATOR: Backhoe/Excavator/Trackhoe
Base $37.59Fringe $20.30
+22 more occupation rates in this WD

Point of Contact

Name
ALISON KLEIN
Email
ALISON.KLEIN@VA.GOV
Phone
304-623-3461 X 4143

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
245-NETWORK CONTRACT OFFICE 5 (36C245)
Office
Not available
Contracting Office Address
Linthicum, MD
21090 USA

More in NAICS 334510

Description

REQUEST FOR INFORMATION This RFI is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. The Department of Veteran Affairs located at Huntington VAMC located at 150 Spring Valley Dr., Huntington, WV 25704 is seeking a Scanning System: Laser: Optical Biometry. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510- Electromedical and Electrotherapeutic Apparatus Manufacturing, size standard is 1,250 employees. Salient Characteristics: Perform accurate biometry, keratometry and intraocular calculations including toric lenses, especially in difficult cataract cases. Measurements must be obtained via non-contact. Measurements obtained via two-dimensional swept-source OCT (SS-OCT). Must have ability to obtain biometry readings on dense cataracts. Automated data transfer: Must be capable of seamlessly integrating with ophthalmic data management systems already in place to eliminate manual data entry errors. The data management system in place is the ZEISS FORUM. Must be capable of transferring data via ZEISS FORUM into the biometry unit and vice versa. DICOM compatibility: Must be DICOM-compliant to interface with electronic medical record systems i.e. VISTA. Physical and Operational Requirements Must have a compact and ergonomical design. Must include patient positioning features. Adjustable chin rest. Head support for stable measurements. Must be compatible with standard U.S. electrical outlets. Must be FDA-approved for use in ophthalmic biometry and comply with ISO standards for medical devices. Responses: 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: 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 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 DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer. Country of Origin designation for all products MUST COMPLETE THIS SECTION Technical Literature that clearly shows product(s) meet the identified salient characteristics 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.

Updated: Feb 14, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The Department of Veterans Affairs is conducting a Sources Sought for a Scanning System: Laser: Optical Biometry under solicitation number 36C24526Q0256. The required system must meet specific technical specifications, including DICOM compliance and compatibility with the ZEISS FORUM ophthalmic data management system. Responses are requested by February 20, 2026, to assess vendor capabilities related to this procurement.

Laser Optical BiometryDICOM complianceZEISS FORUM integrationFDA-approved ophthalmic equipmentISO standards medical devices
What the buyer is trying to do

The buyer aims to gather information on potential vendors that can provide a Laser Optical Biometry Scanning System meeting prescribed technical specifications, particularly for use in challenging cataract cases.

Who should pursue this
  • Companies manufacturing or distributing medical imaging equipment.
  • Vendors with experience in ophthalmic biometric systems.
  • Businesses with DICOM-compliant devices.
Work breakdown
  • Demonstrate capability to perform accurate biometry, keratometry, and intraocular calculations.
  • Integrate seamlessly with ophthalmic data management systems, specifically ZEISS FORUM.
  • Provide compliance documentation with ISO standards and FDA approval.
  • Outline annual service plan options including coverage details.
Response package checklist
  • Technical literature showing compliance with salient characteristics.
  • Annual service plan coverage details.
  • Authorized Distributor Letter certified by OEM.
  • Company's DUNS number, CAGE Code, and SAM UIE Business Size information.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Must be FDA-approved for ophthalmic use.
  • DICOM compliance is necessary for electronic records interface.
  • Compliance with ISO standards for medical devices is required.
Pricing strategy
  • Consider competitive pricing with value-added services for annual service plans.
  • Potential volume discounts for future procurement actions may be suggested.
Teaming and subs
  • Explore partnerships with OEMs for better compliance documentation.
  • Consider collaborating with distributors who can provide additional product solutions.
Risks and watchouts
  • Potential delays in gathering and providing required technical documentation.
  • Variability in vendors' understanding of compliance requirements.
  • Uncertainty regarding future procurement actions could affect bid commitment.
Smart questions to ask
  • What specific features are prioritized in the integration with ZEISS FORUM?
  • What are the expected maintenance and operational costs after initial purchase?
  • Is there a preferred vendor for annual service contracts?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific funding details or budget allocation for this procurement.
  • Clarification if different configurations or variations are acceptable.
  • Additional discretion on any preference for local vendors.

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.