6515--644-26-2-201-0077 PHX NURSING EDUCATION ZOLL DEFIBRILLATOR SOFTWARE
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), specifically VISN 22 Network Contracting Office, has issued a Sources Sought / Request for Information (RFI) to identify potential qualified sources for software and services to upgrade Zoll Defibrillators. This market research aims to gather information for future acquisition decisions. Responses are due by February 11, 2026, at 12:00 p.m. PST.
Scope of Work
The VA is seeking capabilities for specific Zoll Defibrillator (R Series and X Series) related items and services:
- CaseReview Subscription (1 Year): In-premise software providing detailed resuscitation event data, including CPR quality, ECG, shocks, capnography, and SpO2.
- Defibrillator Dashboard Subscription (1 Year): In-premise ZOLL software for asset management and device readiness.
- Deployment Support: For ALS/BLS Software Solutions / Zenix Viewer Deployment.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 513210 (Software Publishers) with a size standard of $47.0 million.
- Set-Aside: None specified (market research stage).
- Response Due: February 11, 2026, 12:00 p.m. PST.
- Published: January 28, 2026.
- Place of Performance: Department of Veterans Affairs Carl T. Hayden Medical Center, Phoenix, Arizona.
Submission Requirements
Interested parties should submit the following via email to Anette.doan@va.gov:
- Company name, address, and point of contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 513210.
- Manufacturer or distributor status, including country of origin.
- Details on any alterations, assembly, or modifications if a small business distributor.
- Information on existing federal contracts (FSS, GSA, NAC, NASA SEWP) and whether the referenced items are available on those contracts.
- General pricing for market research purposes.
- Capabilities statement addressing salient characteristics and "equal to items," providing clear, compelling evidence of meeting all requirements.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or an offer for a binding contract. Responses will not be considered offers and do not guarantee inclusion on a bidders list or receipt of a future solicitation. Responders are responsible for all associated costs.