SOURCES SOUGHT
65 -- Glidescopes (Brand Name or Equal to)
- Notice Date
- 2/6/2026 11:46:17 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24426Q0280
- Response Due
- 2/17/2026 9:00:00 AM
- Archive Date
- 03/04/2026
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-679-2327
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 Verathon Glide Scopes (Brand Name or Equal) INTRODUCTION/BACKGROUND: The Anesthesia department at the Wilmington VA Medical Center, Wilmington, Delaware, is currently using a GlideScope. The GlideScope is a type of video laryngoscope, a medical device used to visualize the vocal cords and larynx for procedures like endotracheal intubation (placing a breathing tube). The additional GlideScopes for the Anesthesia department will be particularly helpful in situations where difficult airway management is anticipated, providing a clearer view than traditional laryngoscopy. OBJECTIVE: The department of Anesthesia under Surgery (100) at the Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the VAMC Wilmington, is seeking the one-time acquisition of three (3) Glide Scopes (Brand Name or Equal) to accompany with a coverage period of 1 year manufacturer s service warranty. MAJOR REQUIREMENTS: In order for the Contractor to accomplish the work under this task order/purchase order, it shall be necessary for the Contractor to complete the following tasks: Provide three (3) GlideScope 10 FHD (0270-1111-FHD) (3) Glide Scope Go 2 Charging cradle and (3) Go 2 Monitor Kit. One (1) GlideScope Core 15 FHD Premium Configuration with Two Core QuickConnect Cables. (0270-1112-FHD). To be delivered to VA Wilmington Healthcare - Warehouse The vendor will not be required for installation or training on the use of Glide Scope instrumentation. The awarded vendor must clearly indicate the terms of the standard warranty provided with the instrument. Information concerning extended warranty options, if available, may also be provided. The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. CONTRACTING OFFICER'S REPRESENTATIVE (COR): Point of contact: ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The point of contact shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" DELIVERY: Deliver to: VA Wilmington Healthcare, Warehouse for acceptance to be used by the Anesthesia Department 3rd Floor, Room 3098, O.R Department of Surgery, Building 1, 1601 Kirkwood Hwy, Wilmington, DE 19805. REQUEST FOR INFORMATION INSTRUCTIONS: 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 1000 employees). Please answer 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 RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Must have an authorized distributor letter from the original equipment manufacture. If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor@va.gov no later than, 12:00 PM Eastern Time (ET) on February 17, 2024. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. Questions or responses will include the Source Sought number 36C24526Q0280 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a capability statement addressing its ability to meet the requirements listed above to capability statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov include 36C24426Q0280 in the subject line. DISCLAIMER This RFI Notice of Intent 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. 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. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/00e8b95db9f24ed196185958ea636c9f/view)
- Place of Performance
- Address: VA Wilmington Healthcare 1601 Kirkwood Highway, Wilmington, DE 19805, USA
- Zip Code: 19805
- Country: USA
- Zip Code: 19805
- Record
- SN07708811-F 20260208/260206230050 (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 |