SOURCES SOUGHT
J -- HTM Diagnostics Service Contract in support of the Veterans Integrated Service Network (VISN) 20 Multiple sites within VISN 20 - Please read entire Sources Sought Notice attached
- Notice Date
- 3/4/2026 8:46:04 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0409
- Response Due
- 3/23/2026 2:00:00 PM
- Archive Date
- 04/12/2026
- Point of Contact
- Jennifer Robles, Contracting Officer, Phone: 253-888-4924
- E-Mail Address
-
jennifer.robles1@va.gov
(jennifer.robles1@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The intended contract is a firm-fixed price. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Veterans Health Administration, Veterans Integrated Service Network (VISN) 20. VISN 20 is responsible for providing health care to Veterans in the states of Alaska, Washington, Oregon, most of the state of Idaho, and one county each in Montana and California. VISN 20 has a need for a one-year contract that requires on-site, full-service maintenance and repair services to ensure that a variety of pulmonary and cardiac diagnostic systems (listed below) are kept in proper operating condition, have the latest compatible software operational and are ready for use on patients. This requirement includes software and firmware updates, all parts and service to properly provide preventative maintenance, diagnostics, phone support, and on-site repairs to ensure that all units are fully operational according to manufacturer specifications using new . Vendor shall be required to be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system authorized to perform repair and maintenances services using new OEM replacement parts, verified by an authorization letter or other documents from the OEM. This authorization letter shall be required to be submitted at the time of offer in response to any potential solicitation issued. All software licensing, warranty and service associated with the equipment/system maintenance shall be in accordance with the OEM terms and conditions. No used, refurbished, or remanufactured replacement parts shall be provided. This procurement is for service and maintenance requiring new OEM replacement parts only. Potential candidates having the capabilities necessary to provide the stated services at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Jennifer Robles at jennifer.robles1@va.gov no later than March 23, 2026, 3PM, Mountain Time. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI, and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract, NASA SEWP, or any other Federal contract. NAICS Code 811210, $34.0 Million, is applicable to determine business size standard. Any questions or concerns may also be directed via email to Jennifer Robles at jennifer.robles1@va.gov. REQUIREMENT INFORMATION: Applicable Documents. In performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 44 U.S.C. § 3541, Federal Information Security Management Act (FISMA) of 2002 FIPS Pub 201, Personal Identity Verification of Federal Employees and Contractors, March 2006 5 U.S.C. § 552a, as amended, The Privacy Act of 1974 42 U.S.C. § 2000d Title VI of the Civil Rights Act of 1964 VA Directive 0710, Personnel Suitability and Security Program, September 10, 2004 VA Directive 6102, Internet/Intranet Services, July 15, 2008 36 C.F.R. Part 1194 Electronic and Information Technology Accessibility Standards, July 1, 2003 Office of Management & Budget (OMB) Circular A-130, Management of Federal Information Resources, November 28, 2000 32 C.F.R. Part 199, Civilian Health and Medical Program of the Uniformed Services (CHAMPUS) An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008 Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 Homeland Security Presidential Directive (12) (HSPD-12) VA Directive 6500, Information Security Program, August 4, 2006 VA Handbook 6500.6, Contract Security, March 12, 2010 Place of Performance. Work will be performed onsite at the locations in Table 1 Table 1. VISN 20 Site Addresses Station Station Boise Medical Center VA Medical Center 500 West Fort Street� Boise, ID 83702 Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Drive Walla Walla, WA 99362 VA Roseburg Health Care System Roseburg Campus 913 Garden Valley Boulevard Roseburg, OR 97470 VA Southern Oregon Rehabilitation Center and Clinics 8495 Crater Lake Highway White City, OR 97503 VA Roseburg Health Care System Eugene CBOC 3355 Chad Drive Eugene, OR 97408 Mann-Grandstaff VA Medical Center 4815 N. Assembly Street� Spokane, WA 99205 VA Puget Sound Health Care System Seattle Division 1660 South Columbian Way Seattle, WA 98108-1597 VA Portland Health Care System 3710 SW U.S. Veterans Hospital Road Portland, OR� 97239 VA Puget Sound Health Care System American Lake Division 9600 Veterans Drive Tacoma, WA 98493 Scope. This SOW outlines work elements for service, maintenance, and repair for MGC cardiac and pulmonary diagnostic systems listed below at the sites also listed below. General Requirements: The contractor shall provide all software, parts and service required for preventative maintenance, diagnostics, phone support, and on-site repairs, to ensure that all units are fully operational according to manufacturer specifications. The contractor shall provide preventative maintenance (PM) on the listed items at the recommended manufacturer maintenance interval in accordance with the recommended manufacturer maintenance procedure. The contractor shall bear all parts and travel costs. The contractor shall provide repair services as requested. Service response shall be provided within 48 hours, preferably sooner, from time-of-service request. The contractor shall bear all parts and travel costs. When appropriate, the contractor shall provide exchange parts. Parts delivery and exchange parts shall be provided Next Day . The contractor shall provide live toll-free technical support assistance and phone support. The contractor shall provide software updates as they become available and shall assist in installing them remotely or on-site as needed. A comprehensive service report shall be provided to the customer at the end of each service, PM, or repair stating serial number of equipment repaired, model number, device description/nomenclature, service description and calibration status. The service report shall be provided within 24 hours of service completion in electronic or paper format, with a facility representative signature when requested. The contractor shall not replace any part which should incur additional expense from the government without first obtaining prior approval from the VA Contracting Officer. The contractor shall replace any parts needing repair with new parts equal or similar features and functionality. Parts coverage shall include O2 cell. This coverage shall not include cosmetic damage, malfunctions or failures resulting from negligence from the government. Required service support by type of equipment is shown in the following table: Equipment Description Contract type Parts Included Labor on-site Software Updates Remote Support Other BreezeSuite HL7 Interface Software Support N/A N/A Yes Yes Software support MGC Treadmill/Ergometer Yes Yes NA Yes MGC Spirometer, model CPFS/D USB Yes N/A Yes Yes Software support MGC Ultima CPX Metabolic Stress Testing System Yes Yes Yes Yes Software support MGC Body Plethysmograph, model Platinum Elite DX RTD Yes Yes Yes Yes Software support MGC Gas exchange analysis system, model: Ultima CardiO2 Yes Yes Yes Yes Software support Equipment/System List Shall be reviewed each year to ensure device has not reached end of life. DESCRIPTION Serial Number Roseburg VAMC 1 Year UCSA Platinum Elite DX RTD Preferred 243000822 Networking and HL7 Interface Support 346405 Puget Sound Health Care System - Seattle� 1 Year UCSA Platinum Elite DX RTD Preferred 243000826 1 Year UCSA Ultima CPX Preferred 250000550 1 Year UCSA Ultima CPX Preferred 250000551 1 Year UCSA Ultima CPX Preferred 250000552 1 Year UCSA Ultima CardiO2 Preferred 250000524 1 Year Networking and HL7 Interface Support 343777 Puget Sound Healthcare System American Lake 1 Year UCSA Platinum Elite DX RTD Preferred 243000821 Spokane VA Medical Center 1 Year Networking and HL7 Interface Support 341923 1 year UCSA Ultima PF 251000317 1 Year UCSA Platinum Elite DX RTD Preferred 243001333 1 Year UCSA Platinum Elite DX RTD Preferred 243000789 Boise VA Medical Center 1 Year Networking and HL7 Interface Support 342317 1 Year UCSA Platinum Elite DX RTD Preferred 243000829 1 Year UCSA Platinum Elite DX RTD Preferred 243000828 1 Year UCSA CPFS/D USB Preferred 220006076 1 Year UCSA Ultima CardiO2 Preferred 25000525 1 Year Treadmill/Ergometer Essential 20200261 Portland VA Medical Center 1 Year Networking and HL7 Interface Support 343149 1 Year UCSA Platinum Elite DX RTD Preferred 243000465 1 Year UCSA Platinum Elite DX RTD Preferred 243000466 1 Year UCSA Ultima CardiO2 Preferred 251000141 1 Year Treadmill/Ergometer Essential 201180131 1 Year Treadmill/Ergometer Essential 201180133 Roseburg - Eugene Clinic� 1 Year UCSA Platinum Elite DX RTD Preferred 243000827 Jonathon M Wainwright VA Medical Center 1 Year Networking and HL7 Interface Support 342420 1 Year UCSA Platinum Elite DX RTD Preferred 243000734 White City Rehabilitation Center 1 Year UCSA Platinum Elite DX RTD Preferred 243000825 1 Year Networking and HL7 Interface Support 346399 Government Furnished Property Government furnished property will not be provided to the contractor. Performance Monitoring Contractor performance will be monitored and the work certified by the VA POC. The POC will assure contractor quality by routine inspections, product and report sampling, and monitoring while work is being performed. Travel. On-site service is required. Travel is to be included in the contract. The Government does not anticipate any additional paid Contractor travel under this contract. No travel costs will be reimbursed by the VA. Government Furnished Equipment/Information. The Contractor shall be allowed access to Government equipment to perform the required work. Information on Government equipment and systems shall be provided as necessary. No Government-owned property will be transferred into the Contractor s control. Invoicing. Invoices shall be submitted electronically via the Financial Services Center Mandatory Electronic Invoice System, on a monthly basis. Invoices must include, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, and a list of equipment items covered during the stated period of performance. This requirement is in accordance with VARR Clause 852.232-72 Electronic Submission of Payment Requests: http://www.fsc.va.gov/einvoice.asp. Electronic payments are Net 30 days. Security Requirements. All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. Hours of Coverage & Federal Holidays. Maintenance Service will be provided during regular coverage hours of 8:00am to 6:00pm PT, Monday through Friday, excluding federal holidays. The contractor shall contact the VA POC or his/her designee prior to commencing any work on the premises. Federal Holidays are: New Years' Day Martin Luther King Day Presidents' Day Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/69772c1466e34a4fb424432148bced95/view)
- Place of Performance
- Address: Department of Veterans Affairs VISN 20 Multiple Sites 1601 E. Fourth Plain Boulevard, Vancouver 98661
- Zip Code: 98661
- Zip Code: 98661
- Record
- SN07734872-F 20260306/260304230049 (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 |