Opportunity

SAM #36C25726Q0441

VA Procurement of Skytron Surgical Lights and Installation for Central Texas Veterans Health Care System

Buyer

VA Contracting Office 17

Posted

April 08, 2026

Respond By

April 16, 2026

Identifier

36C25726Q0441

NAICS

339113, 423450

This procurement opportunity is for the acquisition and installation of Skytron Surgical Lights at the Central Texas Veterans Health Care System Operating Room. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 17 (NCO 17), VHA Regional Procurement Office-West - Contracting office located at 5441 Babcock Road Suite 302, San Antonio, TX - OEM and Vendor: - Skytron, LLC is the sole Original Equipment Manufacturer (OEM) specified - Products Requested: - Multiple configurations of Skytron surgical light systems, including: - Single and dual lighthead systems - Radial arms of various lengths (35", 43", 27", 79", 59") - Install kits with custom panels - Vertical support tubes (various sizes) - LCD wall controls - Adapter plates - Quantities: - 2 Single Lighthead systems with 35" radial arm, install kit, custom panels, vertical support tube, LCD wall control, adapter plate - 2 Single Lighthead systems with 35" radial arm, vertical support tube, adapter plate - 6 Dual Lighthead systems with 43" and 35" radial arms, install kit, custom panels, vertical support tubes, LCD wall control, adapter plate - 6 Single Lighthead systems with 35" radial arm, vertical support tube, adapter plate - 1 Dual Lighthead system with 79" and 59" radial arms, install kit, custom panels, vertical support tubes, LCD wall control, adapter plate - 1 Single Lighthead system with 79" radial arm, vertical support tube, adapter plate - 2 Dual Lighthead systems with 35" and 27" radial arms, install kit, custom panels, vertical support tubes, LCD wall control, adapter plate - 1 Dual Lighthead system with 35" and 27" radial arms, install kit, custom panels, vertical support tubes, LCD wall control - Services Requested: - Delivery, installation, inspection, warranty, de-installation, mobilization, and disposal of existing surgical lights - Unique/Notable Requirements: - Compliance with national electrical codes, hospital safety standards, infection control risk assessment (ICRA), OSHA training, and environmental regulations - Proof of authorized distributorship required - Preference for items manufactured in the United States - Work must minimize disruption to hospital operations and patient care

Description

This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) Babcock Medical Center, 5441 Babcock Road Ste.302 San Antonio, Texas 78240 for the acquisition of  Skytron Surgical Lights and equipment, The Government  intends to solely negotiate with Skytron, LLC PO Box 888615, Grand Rapids, MI, 49588   Background and Requirement: Central Texas Veterans Health Care System, the Operating Room requires a surgical headlights system. Given the high-volume nature of the OR and the need to minimize downtime, we are seeking a swift and minimally disruptive solution that will upgrade the existing lighting system with modern, reliable alternatives, thereby extending the lifespan of the surgical lighting infrastructure.  

Provide all necessary labor, materials, and services to perform the following work at Olin E. Teague Medical Center OR:   Delivery, installation, and inspection of new Surgical Lights. To include but not limited to any patch work and electrical work; Provision of warranty for the new Surgical Lights;  De-installation, mobilization, and disposal of existing surgical lights currently in use; and All work shall be performed with minimal disruption to hospital operations and   patient care, with little to no construction or downtime required.  Follow level 4 requirements on PCRA/ICRA (see attached VHA ICRA-1.2)  All work is to be performed in accordance with applicable laws, regulations, and industry standards to include VA requirements and standards

TECHNICAL REQUIREMENTS   a.  All electrical equipment shall meet applicable national electrical codes and hospital electrical safety requirements (e.g., NFPA 70/99 where applicable) and be suitable for use in a surgical environment.  b. Light sources shall be designed for surgical task lighting, with low radiated   heat to surgical field and staff.  Clear maintenance and replacement strategy from manufacturers.  Maximum input power per lighthead shall be specified, and overall system shall prioritize energy efficiency while meeting optical requirements.  Configuration shall match existing clinical and structural layout (e.g., single, double, or triple-head ceiling-mounted system with optional monitor/arm accessories), with full articulation for head, arm, and yoke.  Ceiling mounts and support structures shall be engineered to accommodate weight and torque of the complete system, with seismic and structural calculations as required by local code.  Intensity, color temperature, and pattern size shall be adjustable from both the sterile lighthead handle and a control panel.  Lightheads shall be easily repositioned with one hand using sterile handles, with smooth, drift-free movement and stable positioning under normal use.  All exposed surfaces shall be smooth, cleanable, and resistant to hospital-grade disinfectants, with no exposed fasteners or dirt-trapping crevices in routine contact areas  Provide all applicable safety signage and barricades, according to ICRA standards (VHA Infection Control Risk Assessment for Construction, Renovation and Maintenance), applicable to OSHA, VHA and DOD regulations.  Contractor shall comply with VHA DIRECTIVE 2004-012 and all VA Center Policy Memorandums, including but not limited to the following:  Protection of patients, visitors, and employees from traumatic injury, as well as occupational and facility associated infections. Compliance with OSHA and State construction safety regulations.  Construction contracts require that the general contractor s on-site competent person have completed the OSHA 30-hour construction worker course and that all other general and sub-contractor s workers have completed the OSHA 10-hour construction worker course or other relevant competency training.  The determination for training is based on the project hazards and complexity, State and Federal regulations and VA requirements. Verification of completion of training will be required prior to performing work. Required to submit a safety plan for VA review and approval prior to the performing work.  h. Compliance with EPA and State environmental regulations. 

 4. Deliverables 

Description By Rooms Quantity Single Lighthead with 35" Radial Arm Install Kit 3 with custom panels VERTICAL SUPPORT TUBE LFS FLAT SCREENUPPER 28" LCD Wall Control Adapter Plate 2 Single Lighthead with 35" Radial Arm VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 28" Adapter Plate 2 Dual Lightheads with 43" and 35" Radial Arms, Install Kit 3, with custom panels VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 28", VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 22 LCD Wall Control Adapter Plate 6 Single Lighthead with 35" Radial Arm VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 28 Adapter Plate 6 Dual Lightheads with 79" and 59" Radial Arms Install Kit 3, with custom panels VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 15" VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 9" LCD Wall Control Adapter Plate 1 Single Lighthead with Single 79" Radial Arm Vertical SUPPORT TUBE LFS FLAT SCREEN UPPER 16" Adapter Plate 1 Dual Lightheads with 35" and 27" Radial Arms Install Kit 2, with custom panels VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 28" VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 22" LCD Wall Control Adapter Plate 2 Dual Lightheads with 35" and 27" Radial Arms Install Kit 2, with custom panels VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 16" VERTICAL SUPPORT TUBE LFS FLAT SCREEN UPPER 10" LCD Wall Control 1 Services for Installation, Inspection, warranty, de-installation, mobilization, and disposal for each room 1

4. This equipment must be able to perform the following functions for all the   SPECIFIC INSTRUMENT REQUIRED: Central Texas Veterans Health Care System, Surgical Lights for the Operating Room.                     5.  If this is an item your business can provide, please respond to this Sources               Sought Notice by 10:00 AM Central Time on Thursday Monday 16 April             2026.    6. The intent of this notice is to establish sources to define the procurement   strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following:     Where is the item manufactured, the VA is interested in procuring items manufactured in the United States. Provide City and State.    If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response.    Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item.     Respond to this notice if you can provide these products listed in the table in the background and requirement section above. In response, please cite your business size status.     DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items.     Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside).     Responses should include:    (1) Business Name   (2) Business Address   (3) Point of Contact   - Name   - Phone Number   - E-mail Address   (4) SAM UID Number   (5) NAICS code   (6) Business Size: SMALL or LARGE   (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc.   (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable   (9) GSA/FSS Contract Number if applicable     All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement.                   8. Send responses to Michelle Cunningham at michelle.cunningham@va.gov.     DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means.   Responses received will be evaluated; however, a determination by the Government not to compete with the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.        

Additional Links:VA

View original listing