Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FY26.03A 12/26/2025, FAC 2025-06 10/01/2025. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The FSC/PSC is 6540. The New Jersey VAMC is seeking to purchase an Ophthalmic Ultrasound to be used in the Eye clinic for comprehensive diagnostic imaging, including A-scan, B-scan, UBM, and standardized echography. All interested companies shall provide quotations for the following: Supplies/Services Salient Characteristics required: Imaging Capabilities A/B/Standardized/UBM ultrasound platform High-resolution imaging with: 15 MHz B-scan probe (posterior segment) 50 MHz UBM probe (anterior segment) Biometry A-scan probe with laser aiming Axial resolution: 35 µm (UBM) 80 µm (20 MHz) 115 µm (15 MHz) Lateral resolution: 60 µm (UBM) 200 µm (20 MHz) 400 µm (15 MHz) Depth of field: up to 20 mm Frame rate: up to 16 Hz Cineloop: up to 400 images 3.2 Biometry & IOL Calculation Axial length measurement for all eye types (dense cataracts, long eyes, etc.) Built-in IOL formulas: SRK-T, Hoffer-Q, Holladay, Haigis, Binkhorst-II, etc. Post-op refractive calculation with 6 keratometric correction methods Pattern recognition for phakic, aphakic, and pseudo-phakic eyes 3.3 Data Management Built-in patient and physician database Export of still images and video sequences Customizable digital and printed reports DICOM and EMR compatible Software 3.4 Hardware & Software Embedded Windows 10 OS 21 HD screen (1920x1080p) 1TB HDD, 128GB SSD, 16GB RAM 5 USB ports, HDMI, Ethernet Wireless footswitch with 8 functions Integrated motion sensors in probes for real-time localization 3.5 Physical & Electrical Dimensions: 445 mm (H) x 285 mm (D) x 545 mm (W) without probes Weight: 10.6 kg (without probes) Power: 80 264 VAC, 47 63 Hz, 60 VA max Height adjustable cart with keyboard tray Prager Shells Installation and Clinical applications training and manufacturer s warranty. New Jersey VA Medical Center Lyons Campus 151 Knollcroft Rd, Lyons, NJ 07939 STATEMENT OF WORK GENERAL SCOPE The Lyons VA Medical Center requires a high-performance ophthalmic ultrasound system for comprehensive diagnostic imaging, including A-scan, B-scan, UBM, and standardized echography. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for technical assistance, development and generation for final specifications. Duty hours will be 7:30am-3:30pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new Ophthalmic Ultrasound from the manufacturer until final acceptance by the Contracting Officer Representative (COR)/ VA Point of Contact 3.0 EVALUATION CRITERIA Quotes will be evaluated on: Lowest Price Technically Acceptable that meets the salient characteristics listed above and provides the best value to the Government. The contract period of performance is 04/30/2026-06/30/2026. Delivery shall be provided FOB Destination and installed by 04/30/2026. Place of Performance/Place of Delivery Address: 151 Knollcroft rd. Postal Code: 07939 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions and clause apply to this acquisition: 52.212-4 Contract terms and conditions-Commercial products and Commercial services. 52.212-5 Contract terms and conditions required to implement statutes or executive orders-Commercial products or Commercial services. 52.240-91 Security prohibitions and exclusions. 852.219-73 VA Notice of total set aside for certified Service Disabled Veteran Owned small businesses. 852.219-76 VA notice of limitations on subcontracting-certificate of compliance for supplies and products. 852.232-72 Electronic submission of payment requests. 852.242-71 Administrative Contracting Officer 852.247-73 Packing for domestic shipment 52.252-2 Clauses incorporated by reference FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 52.212-3 Offeror representations and certifications-commercial products and commercials services. 52-216-1 Type of Contract 52.240-90 Security prohibitions and Exclusions Representations and certifications. 52.252-1 Solicitation provisions Incorporated by Reference Contract Clauses All quoters shall submit the following: Quotes that itemize and list all requirements according to statement of work and include all items and onsite delivery and installation. All quotes shall be sent to the Contracting Officer-Lorraine Hussain emailed only to Lorraine.Hussain@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [CO will include basis of evaluation in the quote/offer, e.g., Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.] FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services. The following are the decision factors: The quote that meets the combined synopsis requirements and the best value to the government as well as delivery and install timelines. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services . To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 02/17/2026 at 3pm Eastern Standard time emailed to Lorraine.Hussain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting Officer Lorraine Hussain, Lorraine.Hussain@va.gov