Opportunity
SAM #36C26226Q0719
VA Seeks Viasonix Falcon Pro or Equal Physiologic Vascular Testing System for Loma Linda
Buyer
VA 262 Network Contract Office 22
Posted
April 27, 2026
Respond By
May 09, 2026
Identifier
36C26226Q0719
NAICS
334510, 423450, 339112
The Department of Veterans Affairs is seeking information from vendors for the procurement of a Viasonix Falcon Pro or equivalent physiologic vascular testing system for the VA Loma Linda Healthcare System. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22 (Long Beach, CA) - VA Loma Linda Healthcare System - OEMs and Vendors: - Viasonix (OEM specified for Falcon Pro system) - Equivalent products from other OEMs are acceptable if all salient characteristics are met - Products/Services Requested: - One (1) physiologic vascular testing system (Viasonix Falcon Pro or equal) - Includes: Windows 11 PRO, Falcon Pro Software, DICOM/DICOM SR/HL7, 10 pumps with 10 hose inflation, 4MHz and 8MHz True Flow Spectral Doppler probes, five dual sense PPG probes, wireless remote, antimicrobial washable keyboard with touchpad, camera, sound bar, medical-grade all-in-one computer (22" touchscreen), ergonomic adjustable cart, five-inch double wheel casters, base counterweight with drawer and basket, ISO puck, comprehensive cuff set (various sizes), and textbook (Techniques in Noninvasive Vascular Diagnosis, 15 CMEs) - System installation and software training included - Shipping to VA Loma Linda Healthcare System - One (1) 2-day hands-on comprehensive training session with 14 CME credits - Installation and on-station in-service training for proper use and setup - Unique/Notable Requirements: - Only new equipment from OEMs or authorized distributors/resellers; no gray market or remanufactured items - System must have at least 10 independent pressure channels, 5 PPG sensors, 10 MHz Doppler probe, and user-friendly configurable protocols - Vendor must comply with VA security and information system requirements - Warranty and support services required - Targeting small businesses, including SDVOSB and VOSB - Place of Performance/Delivery: - VA Loma Linda Healthcare System Jerry L. Pettis VA Medical Center, 11201 Benton Street, Loma Linda, CA 92357-1000
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement.
2. The suggested NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing.
3. The Contractor shall deliver Viasonix Falcon® Pro® OR EQUAL Physiologic Vascular Testing System that can meet the required Salient Characteristics (see attached Draft) to VA Medical Center located at 11201 Benton Street, Loma Linda, CA 92357-1000.
4. The required services shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in Statement of Work (SOW). See attached Draft SOW.
5. Interested and capable Contractors are encouraged to respond to this notice not later than Friday, May 8, 2026, at 5:00 PM Pacific Time (PT), by providing the following information via email only to Dyne.Kim@va.gov.
(a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor's Unique Entity ID (SAM) number (f) Type of small business, if applicable (e.g., Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Responses are welcome to specify a different NAICS in which they could meet this requirement. (h) Statement indicating the brand name, model, and product description of the Viasonix Falcon® Pro® OR EQUAL Physiologic Vascular Testing System product referenced above that you intend to provide for this procurement. (i) Statement indicating the name of the company whose Viasonix Falcon® Pro® OR EQUAL Physiologic Vascular Testing System product you intend to provide, the country of origin for the product, and whether the manufacturer is a small business under the relevant NAICS code. Please elaborate on the applicability of the Buy American Statute and/or Trade agreement. (j) Statement indicating whether you are an authorized distributor of the product. If not, include an approval letter from the manufacturer. Answer questions regarding company size, trade practices, ownership, and compliance with procurement requirements. (k) Statement indicating if you have a current contract to provide the product under GSA FSS, VA NAC, NASA SEWP, or other federal contracts. Include contract details. (l) Statement indicating the estimated delivery time after receipt of order. (m) General pricing for the product. Include item number, description, quantity, unit of measure, unit price, and total amount.
Items satisfying the Salient Characteristics listed in the Statement of Work will be accepted for any item listed below:
Item Number Description/Part Number Quantity Unit of Measure Unit Price Amount 0001 VA Falcon PRO: Falcon PRO physiologic vascular testing system including main system, Windows 11 PRO and Falcon Pro Software, DICOM/DICOM SR/HL7, 10 pumps with simultaneous 10 hose inflation system, 4MHz and 8MHz True Flow Spectral doppler probe, Five Dual Sense PPG probes with removable clips, Wireless remote, Antimicrobial Washable Keyboard with Touchpad, Camera, Sound Bar, Medical Grade All-in-one Computer with 22 inch Touchscreen Display, Ergonomic adjustable cart with articulating arm for monitor and hose assembly, five-inch double wheel casters and base counterweight with drawer and basket, and ISO puck, Cuff Set, 6 -10cm blood pressure cuffs, 4 -12cm blood pressure cuffs, 2-12cm long blood pressure cuffs, 2-1.9cm digit cuffs, 2-2.5cm digit cuffs, 2- 7.5cm transmetatarsal cuffs, Textbook: Techniques in Noninvasive Vascular Diagnosis 15 CMEs, System Installation and Software training by Representative, Includes Shipping 1 EA 0002 Training/CME-2: 2-day hands on comprehensive training with 14 CME's 1 EA
(n) Provide documented self-attestation/certification that the product you intend to provide meets any regulatory expectations by the US Government, such as FDA classifications.
(o) A capability statement demonstrating your experience with reference contracts that meet the requirements. Provide detailed information for each reference, including: The legal name of the entity Contract number Description of specific tasks performed Dates of performance Name, phone number, and email of verifiable contact person
Note: The above information is necessary for the Government to evaluate small business capabilities and determine set-aside eligibility. Failure to submit complete information may be viewed as a lack of capability and affect procurement decisions.
All Offerors must be registered in the System for Award Management (SAM) with current representations and certifications.
--End of Sources Sought Announcement--
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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.