6525--Intravascular Imaging and Physiology Guidance System
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) is conducting a Sources Sought to identify qualified firms capable of providing an Intravascular Imaging and Physiology Guidance System for the Minneapolis VA Health Care System. This market research aims to determine the availability of domestic-made products to meet the requirements. Responses are due April 15, 2026, at 4:00 PM Central Time.
Scope of Work
The Minneapolis VA Health Care System requires advanced intravascular imaging technologies, specifically a Multimodality High-Definition Intravascular Ultrasound (HD IVUS) System with FFR and DFR capabilities. This system must include Automated Lumen Assessment (ALA) for vessel/lumen border marking, stenosis identification, and landing zone recommendations. Key technical specifications include a 60mHz or higher transducer frequency, automatic pullback, angiogram co-registration, side branch vessel detection, and stent assessment features. The IVUS catheter crossing profile must be 3.1F. The requirement is for a system equivalent to the Avvigo+ IVUS, including integrated and mobile guidance systems, FFR LINKs, and a 1-year standard manufacturer warranty. The scope also includes system installation at the Minneapolis VAMC and two levels of training (operator and biomedical engineers).
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing), size standard 1,250 employees.
- Set-Aside: Full and Open Competition, with a focus on domestic products. The Nonmanufacturer Rule (FAR 52.219-33) may apply.
- Place of Performance: Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417.
- Delivery Terms: FOB DESTINATION, within 30 days of award for equipment. Installation and training within 60 days of award.
- Response Due: April 15, 2026, 4:00 PM Central Time.
- Published: April 8, 2026.
Submission & Evaluation
Interested firms must submit capability statements demonstrating their ability to meet the specialized requirements outlined in the Statement of Work. Submissions should include: organization name, UEI, address, socioeconomic category, point of contact email/phone, website, specification sheets for equipment, copies of authorization agreements (if not the manufacturer), estimated subcontracting percentages (if applicable), manufacturer details, and a completed certificate under FAR Provision 52.225-2(b) identifying the item's country of origin. Firms should also provide estimated shipping and delivery information. Responses will be used by the Government to make appropriate acquisition decisions and determine industry's capability to provide these requirements.
Additional Notes
This is a Sources Sought Announcement only; no solicitation is currently available. Responses are for market research purposes, and the Government will not pay for any information submitted. The Government reserves the right to cancel this requirement at its discretion.