Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2025 SAM #8795
SOURCES SOUGHT

J -- RFI Urology Endoscope Lease and Service Agreement

Notice Date
12/23/2025 1:06:47 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0158
 
Response Due
1/8/2026 11:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Jacqueline O'Bryan (CO), Contract Officer, Phone: 303-712-5760
 
E-Mail Address
jacqueline.Obryan@va.gov
(jacqueline.Obryan@va.gov)
 
Awardee
null
 
Description
Request for Information Urology Endoscope Lease with Service Agreement Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Responders are solely responsible for all expenses associated with responding to this RFI. Information Requested from Industry: In response to this RFI, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Scope of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted to jacqueline.obryan@va.gov. If this information is not provided, then it will be assumed the entire requirement cannot be met. Description of Requirement: The Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for a lease of urology endoscopic equipment and a service agreement (brand name or equal) for the Salt Lake City Veterans Health Care System. The urology endoscopes and equipment will be used for pre-operative and post-operative care, and a service agreement. Requirement Item and Services: Brand name or Equal for all items to be included on the lease agreement. Required Salient Characteristics: Rigid Cystoscopes: Sheaths must be 19Fr, 20Fr, and 22Fr in outer diameter. Sheaths must include a cam-lock mechanism for bridge attachment. All sheaths must include a meatus stop. All sheaths must include shaft calibrations for urethral measurements. 19Fr sheath must have (2) 5Fr working channels with a double channel bridge and (1) 6Fr channel with single channel bridge. Color code green. 20Fr sheath must have (2) 6Fr working channels with a double channel bridge and (1) 7Fr channel with a single channel bridge and be color code red. 22Fr sheath must have (2) 7Fr working channels with a double channel bridge and (1) 10Fr channel with a single channel bridge and be color code blue. Bridges must be dual curved channel short bridge, single curved channel short bridge and examination short bridge. All bridges must have cam-lock for telescope attachments. All sheaths must be compatible with optical grasping and biopsy forceps and be compatible with 22Fr and 25Fr sheaths. Both must be used with 30 degree AND 70 degree telescopes. All rigid cystoscope sheaths, obturators, telescopes, bridges, etc. must be interchangeable and compatible with existing KARL STORZ rigid cystoscopy sets including Blue Light Rigid Cystoscopy Sets. Optical grasping and biopsy forceps must be compatible with KARL STORZ 20Fr, 22Fr and 25Fr sheaths. They must be able to be used with both KARL STORZ 70 and 30 degree telescopes. Bella 4K AIDA Image Management Unit: Security: Windows LDAP login, disable removable media export function, password-protected procedure cabinet, able to support encrypted USB, military level security. Must have Full HD, 4K, and 3D or still image and video capture functionality. The system must have HD, 4K, and 3D Dual Channel Recording for either simultaneously or independent recording of two images. Auto-populate patient data, VISTA compatible for network access, DICOM export to PACS and vendor neutral storage (VA approved). Export patient images / videos to EHR, PACS, StreamConnect, DVD, USB. Both patient and procedural information can be imported from the EHR / VISTA. Advanced surgical feedback. MPEG4 compression. Retroactive capture (DVR-like functionality). Customizable surgeon settings. Icon based user interface. Integrated workflow with both standard and customizable stored presets. Configurable mandatory patient fields. Smart built in touch screen for staff interface. The unit must be compatible and interchangeable with the KARL STORZ video platform currently in use at VAMC Salt Lake City and be controlled remotely via all models of KARL STORZ endoscopic camera heads and digital endoscopes. Blue Light Cystoscopy Rigid Telescopes: Telescopes must be Hopkins II 4mm, autoclavable with 30cm working length. They must be 30 degree and 70 degree angle of views with blue light rod lens technology Must be compatible and interchangeable with all KARL STORZ rigid cystoscope and bipolar resectoscope sets. Power LED Saphira D-Light PDD Light Source: Must be Dual LED light source Must include dual white light and PDD blue light mode ability with excitation filter mounted on the fly wheel Must include simple switchover between white light and PDD fluorescence excitation light in the selected operating mode via camera head or foot switch Must include 3 separate operating modes for various photosensitizers and fields of application Must include operating time of 30,000 hours Must include Type CF applied part according to IEC 60601-1 Must include integrated SCB (Storz Communication Bus) module for controlling the entire system from camera head Specifications: Lamp type: LED Color temperature: 6000 K (white light) Light intensity adjustment: Continuously adjustable Dimensions: 305 mm x 120 mm x 370 mm (w x h x d) Weight: approx. 7.4 kg Certified to: IEC 601-1, protection class 1/CF Saphira Image1 S Video Processor CCU s Technology: Camera Connect Units (CCU) must include 12G / 3G- SDI and HD DVI-D Outputs and be type CF device / defib. resistant Must be modular architecture design for future expandability and upgradability Must include Saphira Technology for BLCC Must include Chroma Enhancement Technology which identifies and brightens up dark areas in real time without overexposing the bright part of the image Must include Clara Enhancement Technology that allows in real time (no visible lag time) to eliminate dark areas in an image, allowing the surgeon to keep their telescope in the right distance from the surgical target and being able to effectively perceive and discern additional content. which is time consuming during a procedure Must include Pointer Visualization feature for pointer visualization overlay that facilitates effective verbal communication between the attending surgeon and his assistant Must include Grid Visualization Feature to facilitate effective verbal communication between the surgical team members minimizing operating time. Must include Burn-in Screen Saver; if the video system (camera controller, monitor) is not powered down the camera output is permanently displayed on the monitor and, after some time it is burned into the glass. This burnt-in image is overlaid to the surgical image leading to a significant quality reduction. Saphira BLCC High-Definition Camera Head: Must be compatible with Saphira Image1 S Camera Connect Unit Must be pendulum in design and high definition. Must have focus knob with 16mm focal length. Must have (3) programmable user control buttons. Must be 16 x 9 image format with 60 Hz image refresh rate. Ureteroscopes: Semi Rigid must have 7Fr distal tip 8.4Fr-9.9Fr single step conical sheath. Working channel: 3.4Fr Irrigation channel: 2.4Fr. Ureteroscope must have a straight eyepiece. 6 degree angle of view. Working length 43cm. Digital Single use flexible ureteroscope must be compatible with existing KARL STORZ camera control unit and other Image1 S KARL STORZ camera control units. Must have 9Fr sheath size with 3.5Fr working channel with 3 o clock position. Must have a 9Fr tapered distal tip. Must include CMOS chip technology and integrated LED light source for illumination. Deflection must be 270 degrees upward and downward. Deflection must be positive at the distal tip. Angle of view must be 105 degrees and working length must be 70cm. Resectoscope Set: Set Must have both Bipolar and Monopolar capabilities and be compatible with the KARL STORZ UH400 ESU Generator. Working Element must be bipolar, spring action with movable thumb action control, and compatible with KARL STORZ bipolar resectoscope electrodes and KARL STORZ bipolar high frequency cables. Resectoscope Sheath must be 26Fr, continuous flow with fixed inner sheath compatible with KARL STORZ bipolar working element, visual obturator and deflecting obturator. Working length must be 19cm. Inner sheath must have a ceramic tip for burn resistance. Locking mechanism must be cam lock design. Deflecting obturator must include the ability to only be deflected once it is locked within the 26Fr resectoscope sheath via a cam lock. HoLEP Set: 26 and 28Fr Continuous-flow LASER sheath for precise guidance of flexible LASER probes 5 Fr. working channel to allow the use of LASER probes up to 1.6mm Right angle 6 degree telescope with 25cm working length Rigid Telescopes must be a Hopkins glass rod lens in both 12 and 30 degree angle of view, outer diameter 4mm, working length 30cm, autoclavable, fiber optic light transmission incorporated Percutaneous Nephroscope: Must be a Hopkins rod lens wide-angle telescope with a 6 degree angle of view, must be a 25cm working length with a right-angled parallel eyepiece, autoclavable with integral working channel. must include an integrated luer-lock connection for inflow. Must be fixed non-rotatable, 26 Fr., WITHOUT ceramic insulation, must have integral guiding channel for laser probes up to 2.6mm. Must have a 5Fr working channel for up to 5 Fr. instruments and be compatible with 26 and 28Fr resectoscope sheaths. Must have a 26Fr and 28Fr continuous flow sheaths that include connecting port for continuous inflow-outflow, oblique beak with ceramic insulation, fixed inner sheath. Must be include and be compatible with hollow obturator and fascial dilator. Must include one single dilator instrument to be compatible with operating sheath. Must have LASER Working Insert for Enucleation, with 7.5 Fr. working channel. Must include visual obturators for 24/26 Fr sheaths. Forceps must have serrated jaws and ring handle with double action jaws, 10.5 Fr with a working length of 38cm. Scope of Work Requirements Contractors will deliver all leased equipment to the SLC Health Care System warehouse. During the entire lease, all equipment will be serviced by the vendor. The vendor will make sure all equipment is running as per manufacturer specifications. The services to be provided for the duration of the lease include the following: Protection1 Comprehensive Service Agreement that includes repair or exchange on any failure or breakage of covered equipment during contract term, without additional charge. No trade-in available. The C&A requirements do not apply, and a Security Accreditation Package is not required. Delivery location Department of Veterans Affairs Salt Lake City VA Medical Center 500 Foothill Dr. Salt Lake City, UT 84148 In response to this announcement, please provide all information requested below in this market research table questionnaire. If all information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Available pricing structure of proposed solution: Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Fixed Monthly Equipment Rental Charge Fixed Monthly Service Agreement Price Other: (Please explain) Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Country of Origin: Questions for Small Businesses ONLY: Limitations on Subcontracting RFO 52.219-14 What percentage of the work would be subcontracted to another company? ________ What is the business size of the subcontractor?______ Per RFO 52.219-14 the following conditions must be met: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract; Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [� ] yes [� ] no Does your company exceed 500 employees? [� ] yes [� ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [� ] yes [� ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [� ] yes [� ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [� ] yes [� ] no If yes, what is the manufacturer s name? ________________ Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to jacqueline.obryan@va.gov Submit your response NLT noon (MT) on Thursday, January 8, 2026; Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a Small Business size of $40 million. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the above listed Scope of Work / Salient Characteristics List. (End of Request for Information)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/391bfbf6e5854211b2de593b5f3ba239/view)
 
Place of Performance
Address: Department of Veterans Affairs Salt Lake City Health Care Systems 500 Foothill Dr., Salt Lake City 84148
Zip Code: 84148
 
Record
SN07673910-F 20251225/251223230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.