SOURCES SOUGHT
R -- Medical Equipment Predictive Replacement Plan
- Notice Date
- 12/18/2025 4:05:20 PM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0223
- Response Due
- 12/29/2025 11:00:00 AM
- Archive Date
- 01/28/2026
- Point of Contact
- David Odne, Contracting Officer, Phone: (562) 766-2328
- E-Mail Address
-
david.odne@va.gov
(david.odne@va.gov)
- Small Business Set-Aside
- VSA Veteran Set Aside
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small or other, as appropriate and (i) must provide a Capability Statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below in italics. Northern Arizona VA Healthcare System (NAVAHCS) 500 N. State Highway 89 Prescott, AZ 86313 is seeking a contractor to provide all necessary labor, materials, supplies, parts, tools, equipment, travel, transportation expenses and other related costs to provide Medical Equipment Predictive Replacement Plan at the participating facilities listed herein of the Veterans Integrated Service Network (VISN) 22. NAVAHCS manages a diverse portfolio of medical equipment essential to safe, effective, and uninterrupted patient care. Assets include diagnostic, therapeutic, monitoring, and life support systems across all clinical and support departments. A portion of this inventory is approaching OEM designated End of Life (EOL) or End of Support (EOS) dates. Industry best practices (e.g., ECRI/AAMI guidance) and VHA lifecycle management expectations support a structured Predictive Replacement Plan (PRP): an evidence-based, multi-factor process that yields a prioritized 10-year replacement schedule and determines whether extensions are safe and supportable. The Statement of Work will establish requirements for a one-time PRP covering approximately 3036 priority assets to inform medical planning through FY2026 and beyond, including evaluation of Cerner capabilities, Bar Code Medication Administration (BCMA) capabilities in accordance with VA-specific guidelines and manufacturer specifications. 2. Objectives Determine if each covered device can be safely supported to a specific fiscal year (FY), including extension beyond FY2032 where feasible. Identify unsupported/high-risk devices and provide OEM replacement recommendations with cost. Produce a 10-year, inflation-adjusted replacement schedule to optimize medical planning and reduce clinical/operational risk. Provide defensible documentation (including OEM letters of supportability) to substantiate life-cycle decisions. Verify Cerner and BCMA integration capability for each device. 3. Scope of Work The Contractor shall execute a PRP for approximately 3036 medical devices. The PRP will use OEM lifecycle data, parts availability, Cerner and BCMA integration capabilities, and risk to determine supportability, extension feasibility, and replacement timing. Activities include: Validate/analyze inventory from Government CMMS, and the vendor UMDNDS. The Government will provide an Excel inventory with Service, EE#, Manufacturer, Manufacturer Equipment Name, Serial Number, Model, Acquisition Date, Replacement Year and MDNS. Apply an objective, weighted multi-factor scoring model aligned with industry practice (e.g., lifecycle status, parts/service availability, reliability, clinical criticality, compliance, health IT integration readiness). Conduct stakeholder interviews (HTM and SCM) Review OEM service bulletins, end of service communications, safety notices/recalls, software/firmware upgrade advisories, and VA-specific OS/security requirements. Provide proof of supportability via OEM/manufacturer letters for all assets recommended for extension. Please see the attached list of equipment. Important Information: The Government is not obligated to - nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 541690: Other Scientific and Technical Consulting Services. The Size Standard is $16.5 million. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies and services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM). All interested Offerors should submit information by e-mail to david.odne@va.gov. All information submissions to be marked Attn: David Odne; Contract Specialist and should be received no later than 11:00 AM Pacific Time on the due date found on page 1 of this sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c8ffd0732cbf4dbbacd857ec5b37c7b5/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Prescott Healthcare System 500 N. State Highway 89, Prescott 86313
- Zip Code: 86313
- Zip Code: 86313
- Record
- SN07670646-F 20251220/251218230044 (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 |