Opportunity
SAM #36C24626Q0465
Off-site Factory Refurbishment of Olympus GIF-HQ190 Endoscope for VA Greenville Health Care Center
Buyer
Veterans Affairs National Cemetery Administration
Posted
March 26, 2026
Respond By
April 07, 2026
Identifier
36C24626Q0465
NAICS
811210, 811219
This opportunity involves the Department of Veterans Affairs seeking off-site factory refurbishment services for an Olympus GIF-HQ190 endoscope for the Greenville Health Care Center. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 6 (NCO6) - Contracting office located at 100 Emancipation Drive, Hampton, VA - OEM Highlight: - Olympus is the specified Original Equipment Manufacturer (OEM) - Products/Services Requested: - Off-site full factory refurbishment of Olympus Endoscope model GIF-HQ190 (part number: GIF-HQ190) - Includes disassembly, inspection, replacement of insertion tube unit and all internal components (CCD with objective lenses, angulation wires, light guide bundle, air/water channel, biopsy channel) - Additional repairs/replacements: light guide connector, control knobs, body control unit, suction and air/water cylinders, light guide cover glass, switch button - Leak testing, insulation check, and restoration to original OEM factory specifications - Field Service Engineer support for installation/set-up by OEM-trained engineers with access to OEM service publications and diagnostic software - Annual operator training by OEM-trained and accredited Clinical Support Specialists - Unique/Notable Requirements: - All service engineers and trainers must be OEM-trained and accredited - Access to OEM service publications and diagnostic software is mandatory - Proof of experience and references may be required - Place of Performance: - Greenville Health Care Center, 401 Moye Blvd., Greenville, NC 27834 - NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance)
Description
This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified businesses capable of providing requested service. Additionally, the Government reserves the right to revise the Performance Work Statement (PWS) before the release of any associated solicitation. This notice is not a Request for Proposal (RFP) or Request for Quote (RFQ). Information provided in this notice is subject to change prior to release of a solicitation. If based upon the market research information the Government deems a solicitation is necessary, a solicitation action will be posted in Contract opportunities on www.SAM.gov.
This Sources Sought Notice is for an Off-site Full Factory Refurbishment of Olympus Endoscope model GIF-HQ190 for the Greenville Health Care Center, as part of the Durham NC Department of Veterans Affairs Health Care System located at 401 Moye Blvd., Greenville, NC 27834. Contractor shall disassemble and inspect all components. Contractor shall reassemble with a new insertion tube unit, this includes all internal insertion tube components (CCD with objective lenses, four angulation wires, light guide bundle with lenses, air/water channel, and biopsy channel. Additional repairs/replacements as required to include, light guide connector, tension adjustment on control knobs, body control unit refurbishment, light guide tube repair or replacement, suction cylinder and tube replacement, air/water cylinder and tube replacement, light guide cover glass replacement, and switch button replacement. Endoscope shall be leak tested to ensure it is watertight. Endoscope shall be checked for proper insulation. Endoscope shall be restored to original OEM factory specifications.
All Field Service Engineers (FSE) shall be experienced on Installation/Set-Up of Equipment. In addition, all FSEs shall have original equipment manufacturers (OEM) training on the specific module equipment in this contract and shall have full and unfettered access to all OEM service publications and diagnostic service software. Clinical Support Specialist providing annual operator training must be OEM trained and accredited. Proof of experience and references shall be provided if requested by the Contracting Officer and/or COR.
Small business requirements for market research purposes must be registered as a small business in the Small Business Administration (SBA) Small Business Search (SBS) at https://search.certifications.sba.gov/. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Veteran Owned Small Businesses (VOSBs) firms registered in the SBA Dynamic Small Business Search (SBA, DSBS) database; https://dsbs.sba.gov, in accordance with priorities set by regulation. NAICS code for this requirement is 811210, Electronic and Precision Equipment Repair and maintenance. The PSC code is J065. Interested companies can respond via email to Krisanne.Dernago@va.gov with the following information; (a) company point of Contact, including name, title, phone number, and email address, (b) Company name, SAM UEI number, small business/socioeconomic status of company, and address of the applicable office, (c) any relevant certifications and/or licenses to perform these services, (d) capabilities statement, and any additional information may be requested by the Contracting officer at a later time.
The Point of Contact is Krisanne Dernago, Contract Specialist, Network Contracting Office (NCO)6, Veterans Health Administration, Department of Veterans Affairs at Krisanne.Dernago@va.gov. Due Date for Responses is Tuesday, April 7, 2026, at 10:00AM EST.
CONTRACTOR RESPONSIBILITY: A potential source for the purpose of this notice is considered to be any company meeting the following requirements. Some of the requirements below may be modified prior to the release of any solicitation. The potential source is registered in the System for Awards Management (SAM) database at https://www.sm.gov. The potential source is registered with the Small Business Administration, Dynamic Small Business Search (SBA, DSBS) at https://dsbs.sba.gov. The potential source has favorable (satisfactory) past performance information for federal contracts, if applicable, as documented in the Contractor Assessment Reporting System (CPARS) or Government databases, including the Federal Awardee Performance and Integrity Retrieval System (FAPIIS), and Past Performance information Retrieval System (PPIRS), where applicable.