Opportunity

SAM #36C25626Q0576

Market Survey for XSENSOR ForeSite SS Pressure Mapping Systems and Sensor Upgrades for VA Central Arkansas

Buyer

Vancouver VA Medical Center

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

36C25626Q0576

NAICS

334510

This market survey seeks sources for advanced pressure mapping systems for the Central Arkansas Veterans Healthcare System. - Government Buyer: - Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office 16 (NCO 16) - Contracting office located at 715 South Pear Orchard Rd., Plaza 1, Ridgeland, MS - OEMs and Vendors: - XSENSOR (OEM for ForeSite SS Tablet system and sensors) - Products/Services Requested: - 3 units of XSENSOR ForeSite SS Tablet Pressure Mapping Systems (Part Number: SYS-01-00099) - Includes LX100:36.36.02 sensors - Must be brand name or equal - 3 Sensor Size Upgrade Fees (Part Number: LX100:40.40.02-X4) - Key Technical Requirements: - Sensor accuracy within 5% full scale - Sensing area of 18x18 inches - Pressure range of 5-200mmHg - Spatial resolution of 0.5 inches - Wireless mapping capability - Cleanable sensors - Single pad sensor system - Tablet with Xsensor software - No network connection required - Only new equipment accepted - NAICS Code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) - Place of Performance: - Central Arkansas Veterans Healthcare System, 200 Fort Roots Drive, North Little Rock, AR 72114

Description

The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 16 (NCO 16) is conducting a market survey and is seeking potential sources for ForeSite SS -Pressure Mapping Systems (brand name or equal) for the Central Arkansas Veterans Healthcare System, North Little Rock, AR 72114. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied that the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Requirement Items: New Equipment Only Item No. Part Number Nomenclature 1 3 each - SYS-01-00099 XSENSOR ForeSite SS Tablet +1 LX100:36.36.02 (X4) (Brand Name or Equal) SALIENT CHARACTERISTICS: XSENSOR FORESITE SS TABLET System capability to minimally include: Sensor accuracy within 5% full scale Sensing area 18 x18
Pressure range 5-200mmHg Spatial resolution 0.5 (12.7mm) 5 frames/second sampling frame rate Compatibility with intelligent dynamic sensing Wireless mapping capability Cleanable sensors, TIR30 cleanability Single pad sensor system Operating time 5 hours Class 1 medical device Peak pressure index view Three dimensional pressure mapping Tablet with Xsensor software Does not require network connections

Item No. Part Number Nomenclature 2 - 3 each - Sensor Size Upgrade Fee Sensor Size Upgrade fee (LX100:40.40.02-X4) Responses shall be submitted to arlene.blade@va.gov by 4:30 PM CST Monday, April 6, 2026. This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response: Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: SAM.gov UEI: On GSA/FSS Schedule or VA Contract? Items manufactured in the USA? The anticipated North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 employees. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 1,250 employees; (for NAICS 334510), must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Place of Manufacturer_____________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued

View original listing