Opportunity
SAM #36C24226Q0614
Sole Source Lease and Service of Olympus Bronchoscopes and Related Equipment for VA NY Harbor Healthcare System
Buyer
VA Network Contract Office 02
Posted
May 14, 2026
Respond By
May 22, 2026
Identifier
36C24226Q0614
NAICS
532283, 423450, 339112
This opportunity involves a sole source lease and service contract for Olympus bronchoscopes and related equipment at the VA NY Harbor Healthcare System, Brooklyn campus. - The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2), intends to award to Olympus America, Inc., the OEM and sole authorized distributor. - Equipment includes: - Two Olympus BF-1TH1100 HD Therapeutic Bronchoscopes - One Olympus BF-H1100 HD Diagnostic Bronchoscope - One Olympus MAJ-1720 Probe Drive - One Olympus BF-P190 Evis Exera I Bronchoscope - One Olympus BF-MP190F Ultra-Slim Bronchoscope - Two Olympus BF-UC190F Ultrasound EBUS Bronchoscopes - One Olympus OEV321UH-U Electronics I unit - One Olympus WM-NP3 Mobile Workstation - One Olympus MAJ-2216 LCD Monitor - One Olympus CV-1500 Video System - One Olympus EU-ME3 NTSC Electronics III - The contract includes lease, maintenance, and service for all equipment. - Period of performance is a base year (Oct 1, 2026 – Sep 30, 2027) with two option years and a purchase option. - Place of performance is the NY Harbor Healthcare System, Brooklyn campus. - The NAICS code is 339112 (Surgical and Medical Instrument Manufacturing). - This is not a competitive solicitation, but interested parties may submit capability statements.
Description
Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Olympus America, Inc. for leasing and services for Olympus scopes. Period of performance: 10/01/2026 - 09/30/2027 with the provision of two (2) option years and a purchase option. Basic description of the requirement: Olympus America Inc. is the original equipment manufacturer (OEM) and is the sole authorized distributor of equipment/software and provider of maintenance, support, and leasing of the items described below. Olympus America Inc. will retain ownership of these items during the lease term. This requirement involves leasing of scopes for Pulmonary services. MODEL DESCRIPTION QTY BF-1TH1100 HD Therapeutic Bronchoscope- Bronch Video 1 BF-1TH1100 HD Therapeutic Bronchoscope- Bronch Video 1 BF-H1100 X1 HD Diagnostic Bronchoscope- Bronch Video 1 MAJ-1720 MAJ-1720 Probe drive- Electronics I 1 BF-P190 BF-P190 Evis Exera I- Bronch Video 1 BF-MP190F ULTRA-SLIM Bronchoscope- Bronch Video 1 BF-UC190F BF-UC190F Ultrasound- EBUS 1 BF-UC190F BF-UC190F Ultrasound- EBUS 1 OEV321UH OEV321UH-U Electronics I 1 K10035361 WM-NP3 Mobile Workstation 1 MAJ-2216 MAJ-2216 LCD Monitor 1 CV-1500 CV-1500 Video System- Electronics II 1 EU-ME3 EU-ME3 NTSC W/ Power- Electronics III 1
Place of Performance: NY Harbor Healthcare System, Brooklyn campus 800 Poly Place Brooklyn, NY 11209
The NAICS code for this requirement is 339112 Surgical and Medical Instrument Manufacturing (Size Standard 1,000 Employees). Intended Source: Olympus America Inc. 3500 Corporate Pkwy Center Valley, PA 18034
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement by May 22, 2026 at 2:00PM Eastern Standard Time (EST).
The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses from responsible sources will be considered. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE Olympus Lease and Services 36C24226Q0614 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist, Lynn Krakowiak at Lynn.Krakowiak@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. No telephone inquiries shall be accepted. Additional Links:Department of Veterans Affairs