Opportunity
SAM #36C10G26R0010
VA National Contract for Zeiss IOL Master 700 or Equal Laser Optical Biometry Systems and Accessories
Buyer
VA Strategic Acquisition Center
Posted
April 14, 2026
Respond By
May 09, 2026
Identifier
36C10G26R0010
NAICS
423450, 423460, 339112
This opportunity involves a national VA contract for advanced laser optical biometry systems for cataract surgery diagnostics: - Government Buyer - U.S. Department of Veterans Affairs (VA), Veterans Health Administration (VHA) - Strategic Acquisition Center Fredericksburg and OPAL Strategic Acquisition Center - OEMs and Vendors - Primary OEM: Zeiss (Carl Zeiss Meditec) - Authorized distributors must provide OEM authorization letters - Products/Services Requested - Zeiss IOL Master 700 Laser Optical Biometry System (Part #266002-2118-007) - Used for intraocular lens power calculations before cataract surgery - Must meet all salient characteristics (e.g., biometry on dense cataracts, multiple formulas, DICOM compatibility) - Zeiss Forum-DICOM Interface (Part #000000-2244-886-40FCZDIC) - Enables DICOM compatibility for biometry systems - NX EQ Scanning Laser Optical Biometry System (Part #36C10G26R0010 or equal) - Estimated quantity: 15 units per item per year (base and each option year) - Ancillary items, installation, training, maintenance, and warranty services - Unique or Notable Requirements - Only new, OEM-authorized equipment is acceptable - FDA 510K approval, ADA and HIPAA compliance required - Must be covered by manufacturer warranty - Product recall procedures must be in place - Integration with VA systems and DICOM compatibility - Veterans preference applies for SDVOSB/VOSB - Period of Performance - Base year (12 months) plus four 12-month option years (total up to 5 years) - Delivery/Performance Locations - All VA medical centers and facilities nationwide (CONUS and OCONUS) - Orders placed by designated VHA ELCM Ordering Officers - Contracting offices in Fredericksburg, VA and Frederick, MD
Description
Combined Synopsis/Solicitation Notice Page 14 of 14 Page 1 of This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 12.2, Solicitation, Evaluation, and Award, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued.
Solicitation number 36C10G26R0010 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation is issued under the agency's implementation of the Federal Acquisition Regulation (FAR) Overhaul, as adopted through agency class deviation. All applicable provisions, clauses, definitions, and procedures are those contained in the Overhaul text and the agency's implementation deviations. In the event of a conflict with the codified FAR, the adopted Overhaul text governs. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul.
A single award Requirements contract will be awarded IAW all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Offers shall contain the terms for cost/price and technical capabilities of brand name or equal equipment. The Government reserves the right to award without discussions.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 — Surgical and Medical Instrument Manufacturing, and the Product Service Code is 6515 — Medical and Surgical Instruments, Equipment, and Supplies. The associated size standard is 800 employees. This procurement action is issued as Full and Open Competition.
This acquisition is for a single award Requirements contract with firm-fixed priced (FFP) delivery orders IAW FAR Part 16.5 for Zeiss® IOL Master 700 brand name or equal NX EQ Scanning Systems Laser Optical Biometry and accessories as identified in ATTACHMENT A — PRICE COST SCHEDULE - NX EQ SCANNING SYSTEMS LASER OPTICAL BIOMETRY. Offerors shall provide a quote for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A.
The ordering period is for one 12-month base year with four 12-month option years. Delivery is Free on Board (FOB) destination. FFP Orders will be placed against this contract in writing and will specify delivery locations, dates, and quantities.
The FAR provision at 52.212-1, Instructions to Offerors-Commercial Products And Commercial Services, applies to this acquisition including attached addenda (see ATTACHMENT D — SOLICITATION PROVISIONS - NX EQ SCANNING SYSTEMS LASER OPTICAL BIOMETRY).
The FAR provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda also applies (see ATTACHMENT D).
Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition along with any addenda (see ATTACHMENT C — CONTRACT CLAUSES).
All interested Offerors must be registered in the System for Award Management (SAM) prior to submitting a proposal. Access SAM at https://sam.gov/SAM/.
Questions regarding this combined synopsis/solicitation are due via email by 12:00 PM ET on April XX, 2026, to Contract Specialist, Lisa.thompson10@va.gov, and Contracting Officer, Hosea Berkley at Hosea.berkley@va.gov. No questions will be accepted after the due date. No calls will be accepted.
Offers are due via email by 12:00 PM ET on April XX, 2026, to the same contacts.
PRODUCT DESCRIPTION 1. Scope of Work: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Scanning Systems: Laser: Optical Biometry product line as a candidate for a VA-wide (national) requirements contract. A Scanning System: Laser: Optical Biometry is crucial for accurate Intraocular Lens (IOL) power calculations before cataract surgery, ensuring optimal vision after the procedure. It involves measuring the eye's anatomical characteristics, like axial length and corneal curvature, to determine the correct IOL power needed to achieve the desired refractive outcome. A Scanning System: Laser: Optical Biometry is used as part of a cataract surgery procedure. Cataract refers to the clouding of the human lens behind the iris. The eye's ability to see depends on three factors: The axial length of the eye. The power of the lens. The power of the cornea (the clear surface of the eye). The lens has magnification power similar to the cornea. When the natural lens is removed, it must be replaced with an artificial intraocular lens (IOL) with appropriate power to restore vision. The device measures the cornea's power (~40 diopters), the lens's power (~20 diopters), and the eye's length to calculate the correct IOL power using formulas like SRK/T. It also predicts the power of the artificial lens depending on its placement (in front of or behind the iris). This device is essential for performing cataract surgeries, which account for approximately 70,000 procedures annually within the VA. The objective is to provide Scanning Systems: Laser: Optical Biometry to clinicians across VA medical centers and facilities, with a performance period of 12 months with four additional 12-month options.
2. Requirement: This requirement will be for Brand Name or Equal products, indicating that each product offered as an equal must meet the salient characteristics (SC) listed in the solicitation. Offerors must include detailed descriptions, including brand name, make/model, and descriptive literature. Only new equipment is acceptable; no remanufactured or gray market items. Distributors must be authorized OEM resellers with valid certification. The following line items comprise the Zeiss® IOL Master 700 product line: Contract Line Items Manufacturer Part Number Description 0001 Zeiss 266002-2118-007 IOL Master 700 0002 Zeiss 000000-2244-886-40FCZDIC Forum-DICOM Interface Offerors may quote any product solution or configuration meeting the SCs. Ancillary products essential to functionality may be included with an estimated quantity of zero. All items must be covered by the manufacturer's warranty. SCs include capabilities such as biometry readings on dense cataracts, multiple IOL power options, keratometry, calculations for toric lenses, motion compensation, DICOM compatibility, warranties, integration with VA systems, corneal topography, and FDA approval.
3. Product Refresh Product refresh involves replacing obsolete products with newer versions. The government reserves the right to accept or reject such products. All refreshed products must meet ADA and HIPAA requirements and be properly documented and approved.
4. Product Removal or Recall In case of product removal or recall, the manufacturer must notify the Contracting Officer immediately, provide detailed information, and coordinate return or corrective actions.
5. Delivery The period of performance is 12 months with four option periods. Delivery will be to VA facilities within and outside the continental US, as specified in each order.
6. Data Rights Commercial license agreements may be incorporated if explicitly added as an addendum. Data rights regarding the government's use, duplication, and disclosure are governed by FAR clauses and federal law. All data produced under this contract shall be delivered with unlimited rights.
Attachments include: ATTACHMENT A - PRICE COST SCHEDULE ATTACHMENT B - CONTRACT ADMINISTRATION ATTACHMENT C - CONTRACT CLAUSES ATTACHMENT D - SOLICITATION PROVISIONS ATTACHMENT E - QUARTERLY SALES REPORT ATTACHMENT F - PAST PERFORMANCE REFERENCES ATTACHMENT G - PAST PERFORMANCE QUESTIONNAIRE
Additional Links: VA | OALC | OPAL | SAC