Sources Sought Notice
Page 3 of 3
Sources Sought Notice
Page 1 of 3
This notice is for planning purposes only and shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation of the government to acquire any products or services. Responses to this notice will be used for informational purposes only and only for Network Contracting Office 5. No entitlement to payment of direct or indirect costs from the government will arise as a result from a response to this announcement. No contract will be awarded from this notice.
The information requested in this notice will be used to determine available sources of Parathyroid Detection Systems and place(s) of manufacture.
North American Industry Classification System (NAICS) number is 339112.
Contractors that deem themselves capable of meeting the requirement shall provide the below information to Dylan Gore, Contract Specialist, at dylan.gore@va.gov no-later-than May 14, 2026 at 12:00 PM, Eastern Time.
The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO) 5 is seeking sources for the following procurement:
The Contractor(s) shall provide all labor and supplies associated with the following:
Part # Description Quantity
PT102 Bundle PTeye Basic .. . . 1
PTCUG-ENUS .User Guide PTCUG-ENUS PTeye Console ENUS ..1
PTeye Console PTeye . . ..1
PTeye-2 .Foot pedal PTeye-2 .. 1
PTeye-3 .Power Supply PTeye-3 120V-240V... .. .1
PTeye-4 .Power Cord PTeye-4 US 6FT . ..1
*Manufacturer s Warranty, Installation & Training Included
Technical Requirements:
Must be a Dye-Free intraoperative, probe-based technology for identification of parathyroid tissue
Must use near-infrared (NIR) autofluorescence
Must have a non-ionizing laser with an NIR at no higher than 785nm
Must allow in-vivo and ex-vivo evaluation of parathyroid tissue
Must generate both visual and audible indication when detecting parathyroid tissue
Must be compatible with single-use probes
Environmental Requirements:
Humidity control range from 30 % to 90 % non-condensing
Heating/Cooling range from +10 °C to +30 °C
Delivery Requirements:
Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information.
Delivery is required within 90 days from award of the contract
Order shall be delivered to:
Washington DC VA Medical Center
50 Irving St NW
Washington, DC 20422
ATTN: VHAWAS Equipment Committee
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
Is your company considered small under the NAICS code identified under this sources sought (339112)?
Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
If you are a small business and an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
Please provide general pricing for your products/solutions for market research purposes.
Please submit capabilities regarding the salient characteristics provided and any other information for planning purposes.
This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
STATEMENT OF WORK (SOW)
Follow-on to Contract and Task Order Number:
Not applicable
Contract Title. PTeye Parathyroid Detection Equipment (Brand-Name or Equal)
Background. The DC VA Medical Center has a need for an FDA-approved parathyroid detection system to aid during surgical cases. Without this technology there is a risk of inadvertent removal of parathyroid gland tissue leading to an increase in the morbidity of the surgery. Currently, during cases the surgeon is dependent on results from the lab to continue surgery. Time waiting for the pathologist to provide frozen section analysis of tissue or for the laboratory to perform intra-operative PTH hormone assays prolong surgery times. Access to this technology reduces risk and operative time localizing parathyroid glands during surgery for hyperparathyroidism (parathyroidectomy). The surgeons at the DCVAMC have trialed and been trained on the requested equipment.
Scope of Work. The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request.
Specifications.
4.1 Equipment
Line Item Description
Quantity
PTEYE Bundle
1
User GUIDE PTCUG-ENUS PTEYE
Console PTeye
Footpedal PTeye-2
Power supply PTeye-3 120v-240v
Power cord PTeye-4 us 6ft
PTeye Single Use Probe
4.2 Required Features
Dye-Free intraoperative , probe based technology for identification of parathyroid tissue.
Must use near-infrared (NIR) autofluorescence
Must have a non-ionizing laser with a NIR at no higher than 785nm
Must allow in-vivo and ex-vivo evaluation of parathyroid tissue
Must generate both visual and audible indication when detecting parathyroid tissue
Must use single use probes
Specific Tasks.
5.1 Delivery.
All equipment shall be delivered to:
Washington DC VA Medical Center
50 Irving St NW
Washington, DC 20422
ATTN: VHAWAS Equipment Committee
Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip).
Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345)
Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.
Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information.
Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery.
Delivery is required within 90 days from award of the contract.
5.2 On Site Procedures.
COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines.
Mask Requirement: All contractors shall wear masks while indoors.
Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials.
Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work.
On site visits shall be scheduled in advance with the designated on-site POC.
Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas.
Contractor personnel s tool bags are subject to inspection.
5.3 Installation/Implementation.
Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system.
Installation shall be completed within the period of performance.
Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site.
Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use.
In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment).
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.
5.4 Training.
Contractor shall be responsible for providing training to clinical staff/users.
Training is to be scheduled in advance with the designated on-site POC.
Education shall be provided prior to and/or at time of installation.
Education professional shall be certified to provide instruction on the designated equipment/system.
Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips.
5.5 Inspection and Acceptance.
Contractor shall conduct a joint inspection with the on-site POC upon completion of installation.
In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer.
5.6 Deliverables.
The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion:
Service report.
Warranty information.
Electronic copy of the Operators Manual.
Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists.
Hours of Operation.
DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays:
New Year s Day
Labor Day
Martin Luther King s Birthday
Columbus Day
President s Day
Veteran s Day
Memorial Day
Thanksgiving Day
Juneteenth
Christmas Day
Independence Day
Any other national holiday as declared by the President of the United States
Period of Performance. Delivery within 90 days from contract award.
Invoicing.
Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice.
All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge:
http://www.tungsten-network.com/US/en/veterans-affairs/.
More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp.
Vendor e-Invoice Set-Up Information:
To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address:
Tungsten e-Invoice Setup Information: 1-877-489-6135
Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com
If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address.
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-Invoice Email: vafsccshd@va.gov
Contract Type.
Firm-Fixed Priced Contract
Evaluation Factors.
Required Features
Price
Authorization Letter to Distribute
Delivery Lead Times
Salient Characteristics
Definition of salient Characteristics: Those qualities of an item(s) that are essential to ensure that the intended use of the item can be satisfactorily realized.
Common Nomenclature (Commercial Description-Please Add Brand Name or Equal to) of Equipment or Supply: ____Brand name or Equal to The PTeye Parathyroid Detection System _________________
What is the country of manufacture (if multiple items, we need multiple countries where the items are made_____Country of Manufacture: United States (USA)_____
Is Brand name or Equal to Acceptable if meeting the Salient characteristics needs: Yes _X_ No____
Is a Specific type of material needed: Yes_______ No __X_____________
Describe What you want the equipment/supply to do (Principal Operation)
The requested equipment must be a Dye-Free intraoperative , probe based technology for identification of parathyroid tissue.  Identification of the tissue must use near-infrared (NIR) autofluorescence for tissue identification.
Equipment/Supply/Instrument
Dimensions (what is the space requirement for the product?): N/A
Height Minimum ___to Maximum Bottom__
Width Minimum __ to Maximum Bottom__
Depth Minimum __to Maximum Bottom__
Weight Minimum _to Maximum ______
Display/Monitor/Screen:
Display that indicates if the laser is on
Displays visual feedback when in contact with tissue
Software Required/associated with this purchase?
No
Environmental Considerations: Yes __X_No______
Humidity control range from 30 % to 90 % non-condensing
Heating/Cooling range from +10 °C to +30 °C
Working Volume/ Product Performance/Additional requirements:
Must have a non-ionizing laser with a NIR at no higher than 785nmÂ
Must generate both visual and audible indication when detecting parathyroid tissue Â
Accessories/Consumables: Yes __X__No__
If yes what? ____Must be compatible with single use probes
Warranty and Parts/Service Requirements:
Minimum Warranty Months/Years______1 year minimum___________________________________
Parts/Service/Support options: ________1 year minimum ___________________________________
Additional instructions/Needs/Specifications:
Must use near-infrared (NIR) autofluorescence
Must have a non-ionizing laser with a NIR at no higher than 785nm
Must be FDA approved
Must allow in-vivo and ex-vivo evaluation of parathyroid tissue
Must generate both visual and audible indication when detecting parathyroid tissue
Must use single use probes
Other pertinent information that describes the item, material or service needed:
_______N/A______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
If this is replacement equipment, original equipment, original manufacturer, and manufacturer part number if known:
PTeye parathyroid detection system, manufactured by Medtronic