6030--Carto Service
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), NCO 21, intends to award a firm fixed-price sole source contract to Johnson & Johnson MedTech for service and maintenance of the Biosense Webster Carto 3 system at the SFVA Building 203, Cardiology department. This notice is an Intent to Sole Source, not a request for competitive quotes. Companies believing they can provide this service are invited to submit capability statements by February 25, 2026, 12:00 p.m. PST.
Scope of Work
The contract requires comprehensive service and maintenance for the Biosense Webster Carto 3 system (Serial Number: 13201, EE Number: 306312). Key requirements include:
- Ensuring the device remains operable and available for use at least 94% of normal operating hours.
- Compliance with the latest published editions of NFPA-99, UL, VA, and CDRH standards.
- Provision of parts, labor, and travel for service by a local Field Service Engineer (FSE), with emergency support potentially from a non-local FSE.
- Call Center Telephone Support and Priority Response Time for system failures.
- Annual Preventative Maintenance (PM) and unlimited relocations (with company approval).
- Use of Original Equipment Manufacturer (OEM) parts and provision of loaner equipment (generators, irrigation pumps, remote controls) when available.
- FSEs must be fully qualified with a minimum of two years of experience and formalized training for the specific equipment.
Contract Details
- Type: Firm Fixed Price (Intent to Sole Source)
- Justification: 41 USC §3304(a)(1) as implemented by FAR 6.302-1, citing only one responsible source.
- NAICS Code: 811210 (Size Standard: $47 Million)
- Response Due: February 25, 2026, 12:00 p.m. PST
- Published: February 21, 2026
Submission Requirements
This is not a request for competitive quotes. However, interested companies must submit a capability statement via email to parmpreet.pannu@va.gov, referencing solicitation number 36C26126Q0422. Submissions must include:
- Company's Socioeconomic Status (e.g., small business, SDVOSB).
- DUNS and/or CAGE Code.
- Demonstrated ability and experience managing similar requirements, including technical background and a list of similar projects.
- Anticipated Teaming Arrangements (if any), addressing subcontracting limitations.
- GSA Contract Number (if applicable).
- A letter from Johnson & Johnson MedTech authorizing the company to perform these services.
- Pricing per the Performance Work Statement.
- Failure to provide requested information will result in non-consideration.
Additional Notes
Contractors must have a current registration in SAM.gov. VOSB or SDVOSB firms must be VetCert certified by the SBA. The government reserves the discretion not to compete the procurement based on responses received.