6515--TRANSONIC HD03 (VA-26-00059832)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 17, is conducting market research for a potential sole source award to Transonic Systems, Inc. for the Transonic HD03 system. This system is required by the Dallas VA Health Care System to support patient care services. Responses to this Sources Sought notice are due by May 15, 2026, at 10:00 AM Central Time.
Scope of Work
The Dallas VA Health Care System requires the Transonic HD03 system, which includes the HD03 Monitor, H4FX sensor, and Patient Measurement Module (without Patient ID Input). This standalone, portable device utilizes ultrasound dilution technology for quantitative hemodialysis surveillance, aiding clinicians in optimizing treatment and detecting early signs of access dysfunction. A minimum one-year full-service warranty is required, and all equipment must pass acceptance testing.
Contract & Timeline
- Type: Sources Sought / Market Research
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Place of Performance: Department of Veterans Affairs, VA North Texas Healthcare System, Dallas, TX.
- Set-Aside: Not yet determined; the purpose of this notice is to establish sources to define the procurement strategy (e.g., set aside, sole source, unrestricted).
- Response Due: May 15, 2026, 10:00 AM Central Time
- Published: May 8, 2026
Information Requested
Interested contractors should submit capability statements or quotations, including:
- Item's place of manufacture (preference for US-made products).
- Existing GSA or VA Federal Supply Schedule contract details.
- Identification as a Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), or other small business manufacturer/authorized distributor.
- Proof of authorized distributor status (gray market items are not accepted).
- Estimated market research pricing.
Required Response Data
Responses must include Business Name, Address, Point of Contact (Name, Phone, Email), SAM Unique Entity ID (UEI), NAICS Code (334510), Business Size (Small or Large), Type of Business (e.g., SDVOSB, VOSB, 8(a), HUBZone, WOSB), Proof of OEM authorization (if applicable), and GSA/FSS Contract Number (if applicable).
Contact Information
Responses should be sent to Michelle Cunningham at michelle.cunningham@va.gov.
Disclaimer
This Notice of Intent is for market research purposes only and is not a request for competitive quotes. Responses will be evaluated to determine whether to proceed with a sole source procurement or to compete the requirement.