This Sources Sought Notice is for the Richmond VAMC to determine sources for modular knee positioners listed as the following: Knee Positioner Salient Characteristics What It Is: A Precision Knee Positioner is a specialized surgical device used in orthopedic procedures, particularly total knee arthroplasty (TKA) and other knee surgeries. It is designed to stabilize and manipulate the patient's leg during surgery, providing optimal exposure and consistent positioning of the knee joint. What It Does: Stabilizes the Leg: Secures the leg and maintains consistent alignment throughout the procedure. Allows Controlled Movement: Enables surgeons to flex, extend, rotate, or lock the knee in specific positions to access different anatomical structures with precision. Enhances Surgical Accuracy: Assists in maintaining consistent limb alignment and joint exposure, improving implant placement and surgical outcomes. Improves Efficiency and Ergonomics: Reduces the need for manual holding by surgical staff, minimizing fatigue and allowing for better workflow in the operating room. What It Looks Like: Typically consists of a metal or radiolucent frame mounted to the surgical table. Features adjustable padded supports or cradles to hold the thigh, calf, and foot securely. Includes mechanical arms or hinges that allow for controlled movement of the leg in multiple planes. Some models are equipped with quick-release locks, angle indicators, or motorized components for precision adjustments. The design is compact, sturdy, and often modular to accommodate different patient anatomies and surgical techniques. Physical Characteristics: 1. Soft Tissue Protection The device shall include high-density padding and foam-lined contact surfaces that conform to the patient s anatomy. The device shall include cushioned leg and femoral support specifically designed to distribute weight evenly to reduce the risk of neurovascular compression. 2. Stability The device shall contain a multi-point fixation design. The femoral and distal leg cradles shall be mounted on a rigid base platform that resists lateral movement and rotational drift. The device shall use a non-slip surface interface and clamping to the surgical table rail. 3. Adjustability The device allows for multi-axis adjustability, enabling controlled manipulation of flexion, extension, abduction, adduction, and rotation. Range of motion typically spans: 0° to 135° flexion ±20° abduction/adduction Internal/external rotation up to 20° The device shall make adjustments electronically using a footswitch or handheld controller without manual locking or physical readjustment. 4. Locking Mechanism The positioner shall use a spring-loaded, cam-style locking mechanism that allows for quick engagement and secure hold of the limb at any point along its range of motion. The locking system shall be actuated via a single-hand or foot-activated release. The mechanism shall ensure zero drift once engaged and is designed for tool-free operation. 5. Radiolucency The leg support and cradle system shall be constructed from radiolucent polymer composites, allowing for clear intraoperative fluoroscopic imaging without obstruction. Imaging shall be able to be taken at 90° knee flexion in the axial and lateral planes, and the material composition does not interfere with X-ray or C-arm visibility. 6. Surgical Efficiency The system shall be designed for no more than 2 3 assembly steps. The entire apparatus shall be capable of being affixed to the operating table rail via a universal clamp system, with alignment guides and quick-connect components reducing pre-op configuration time. Thae device shall contain preset angle indicators and sterile draping compatibility. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals. All responsible sources must submit a capability statement addressing its capabilities, capacity, and location which shall be considered by the agency. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry must include the following information: Capability statement Name and address of company NAICS Code SAM.gov UEI number Business size (large, small, VOSB, or SDVOSB) Identify applicable socioeconomic categories and any pertinent information which demonstrates the firm s ability to meet the above requirement. All responses shall be submitted no later than Wednesday, 07/02/2025, by 12:00 PM EST. Responses shall be emailed to: Stephen.Nassan@va.gov. When replying, please include Sources Sought 36C24625Q0847 to ensure the email is reviewed in a timely manner.