Opportunity
SAM #36C25026Q0450
Market Research for Abbott EnSite X EP System Services at Cleveland VA Medical Center
Buyer
VA Network Contracting Office 10
Posted
April 06, 2026
Respond By
April 14, 2026
Identifier
36C25026Q0450
NAICS
811210
The Department of Veterans Affairs is seeking information from qualified vendors for biomedical engineering services related to the Abbott Optis Mobile Agreement at the Louis Stokes Cleveland VA Medical Center in Cleveland, Ohio. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 10 - Office: Louis Stokes Cleveland VA Medical Center - OEM Highlight: - Abbott Laboratories is the primary Original Equipment Manufacturer (OEM) specified - Products/Services Requested: - Biomedical engineering services for Abbott Laboratories' One System Solution - Focus on the EnSite X EP System, an advanced electrophysiology platform for atrial fibrillation treatment - System features include open architecture, 3D mapping technology, and support for both RF and PFA procedures - No specific product quantities or part numbers are provided - Unique/Notable Requirements: - Vendors must demonstrate technical capability to provide services for the EnSite X EP System - Respondents should indicate business size, SBA VetCert status (if applicable), and compliance with subcontracting limitations - The opportunity is for a Firm-Fixed-Price contract under NAICS 811210 - Place of Performance: - Louis Stokes Cleveland VA Medical Center, Cleveland, OH - Contracting Office: - VISN 10 Consolidated Contracting, Dayton, OH
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Abbott Optis Mobile Agreement Louis Stokes Cleveland VA Medical Center
This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. The Department of Veterans Affairs (VA), VA Healthcare System, Network Contracting Office (NCO) 10, on behalf of Louis Stokes Cleveland VA Medical Center in Cleveland, Ohio, is conducting market research through this sources sought notice to seek sources that can provide Abbott Optis Mobile Agreement for the VA Medical Center.
The NAICS Code for this acquisition is 811210, size standard of $34 Million. The product service code is J065. The contracting office is contemplating award of a Firm-Fixed-Price contract for this service.
This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Pursuant to FAR Part 10, Market Research, the purpose of this notice is to determine if sources capable of satisfying the agency's requirements exists and to determine the commercial practices of company's engaged in providing the needed service. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.
DESCRIPTION The Louis Stokes Cleveland VA Medical Center Abbott Optis Mobile Agreement. Biomedical Engineering requires services for Abbott Laboratories One System Solution for electrophysiology primarily through the Ensite X EP System which is designed to enhance the treatment of atrial fibrillation. The EnSite X EP System is the only open architecture design that provides a comprehensive solution for RF and PFA procedures, including mapping and visualization. It features 3D mapping technology that reduces radiation exposure and improves procedural success rates. The system is designed to optimize workflow and improve patient outcomes by allowing precise targeting of cardiac tissue during ablation procedures.
GENERAL REQUIREMENTS Contractors that can provide and meet the requirement are requested to send:
- Company Name
- SAM.gov UEI number
- Business size under NAICS 811210
- If you believe another NAICS code is more suitable for these services, please include the code.
- If the service(s) are available on an FSS contract or not and the FSS contract number if it is available on contract.
- Notification if they are an SBA VetCert registered VOSB/SDVOSB or not. Contractors must be registered and certified in VetCert to be considered VOSB/SDVOSB.
- Is there any reason you would not be interested in responding to a solicitation?
- Please provide a short narrative on the technical capability and interest in providing the requested services.
- Any questions, comments, or concerns, that may otherwise assist us.
- Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors.
To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)
RESPONSE COMMITMENT Response: All responses should be directed to sara.wood1@va.gov Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit).
Timeline: This request will close on stated date within the Government Point of Entry (GPE). Additional Links:VA Homepage