Opportunity
SAM #36C26226Q0537
VA Seeks NextGen LOGIQ e R8 Compact Digital Ultrasound and Accessories for San Diego
Buyer
VA Non-VA Care Program
Posted
March 31, 2026
Respond By
April 14, 2026
Identifier
36C26226Q0537
NAICS
339112, 334510
The Department of Veterans Affairs, Network Contracting Office 22 at the VA San Diego Healthcare System, is seeking sources for the procurement of a NextGen LOGIQ e R8 Compact Digital Ultrasound Console or equal, along with related accessories and installation services. - Government Buyer: - Department of Veterans Affairs - Network Contracting Office 22 - VA San Diego Healthcare System - OEM Highlight: - NextGen LOGIQ e R8 (by GE Healthcare) - Products Requested: - 1 NextGen LOGIQ e R8 Compact Digital Ultrasound Console (or equal) - Must include 7-year remote technical and clinical support - Must be new, current generation, and manufacturer-supported (no used or refurbished equipment) - 1 L8-18i-RS Linear Array Probe (or equal) - Wideband linear array probe for intraoperative surgical, small parts, and vascular applications - 1 C1-5-RS Wideband Convex Array Probe (or equal) - For USA point of care only - 1 LOGIQ e Extended Battery Life Option (or equal) - 1 LOGIQ e Docking Cart with 3 Probe Ports (or equal) - Services Requested: - On-site assembly and installation of all equipment and accessories at the VA San Diego Healthcare System - Vendor responsible for all tools, labor, materials, and protection of finished spaces - Unique/Notable Requirements: - Equipment must be new, current generation, and supported by the OEM - Vendors must provide user and service manuals - Batteries must be recently manufactured - System must support Power Doppler analysis, imaging of both small and large joints, broad tendon and soft tissue imaging, variable ultrasound visualization angles, and image storage - Installation to occur during normal business hours, excluding federal holidays - Place of Performance: - VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161
Description
This request for information (RFI) and sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with FAR 15.201(e).
The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources, their socioeconomic status, and their size classification relative to NAICS 339112 NextGen LOGIQ* e R8 Compact Digital Ultrasound or Equal.
The following is a description of the equipment/items and salient characteristics needed for this requirement.:
Quantity 1: NextGen LOGIQ* e R8 Compact Digital Ultrasound Console or Equal with 7-year Remote Technical and Clinical Support.
Quantity 1: L8-18i-RS Linear Arry Probe or Equal; Wideband Linear Array Probe Applications vary depending on the Ultrasound System & may include Intraoperative Surgical, Small Parts & Vascular.
Quantity 1: C1-5-RS Wideband Convex or Equal Array Probe (USA POC Only.
Quantity 1: LOGIQ e or Equal Extended Battery Life Option.
Quantity 1: LOGIQ* e or Equal Docking Cart w/3 Probe Port.
Salient Characteristics:
- Must have ability to do Power Doppler analysis for blood flow
- Must have ability to image both small and large joints with different depths to skin surface, using 2 distinct probes (curvilinear and hockey stick probes)
- Must have ability to image broad tendon, soft tissue and muscle areas
- Must have ability to change angles of ultrasound visualization of joint tissues
- Must have ability to store images
For NextGen LOGIQ* e R8 Compact Digital Ultrasound or equal, the vendor shall provide user manuals that describe proper use, care and cleaning for users of the equipment. In addition, the vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA Biomedical Engineering Department.
The NextGen LOGIQ* e R8 Compact Digital Ultrasound or equal must be a current generation ultrasound which is supported by the manufacturer and not obsolete. The equipment must not be used or refurbished. As applicable, the laser must have the latest manufacturer’s software/hardware updates installed and if applicable, any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date
On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 8:00 AM to 4:00 PM Pacific Daylight Time, Monday through Friday, and excluding Federal Holidays.