6515--CASE V7
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) is conducting a Request for Information (RFI) / Sources Sought to identify qualified small businesses for the potential procurement of a casev6.7 product and associated services for the Tibor Rubin VA Medical Center in Long Beach, California. This market research aims to determine if a set-aside is appropriate for this requirement. Responses are due by Tuesday, February 3rd, 2026, at 3:00 PM PST.
Scope of Work
The government seeks a contractor to supply, install, configure, validate, and provide ongoing technical support and maintenance for a casev6.7 product. This product must integrate with existing VA legacy systems, including Veterans Health Information Systems and Technology Architecture (VistA) and Computerized Patient Record System (CPRS), to deliver continuous surveillance and real-time clinical activity alerts to VA staff.
Key Requirements / Salient Characteristics
The casev6.7 product must be:
- Windows 10 compliant
- Capable of signal processing (ECG analysis, ST measurements, etc.)
- Equipped with a data acquisition module featuring specific technical specifications (e.g., 16000 Hz sampling rate, 320 mV dynamic range, 4.88 µV/LSB resolution)
- Include filtering options (high-pass, low-pass, line filter)
- Utilize artifact/baseline correction algorithms (Finite Residual Filter or Cubic Spline)
- Offer high common mode rejection (>140 dB) and input impedance (>10 M Ohms)
- Provide defibrillator protection and low patient leakage (<10 µA)
- Feature pace detection
- Optionally include Marquette™ 12SL™ resting ECG analysis and XTI stress interpretation
- Support 15-lead vectorcardiography
Submission Requirements
Interested contractors must submit the following via email to Hanan.Mccullick@va.gov:
- Company details (name, address, point of contact, phone, fax, email)
- Unique Entity ID (SAM) number
- Type of small business (e.g., SDVOSB, VOSB, 8(a), HUB-Zone, WOSB, SDB, Small Business)
- Statement confirming small business status under NAICS 339112
- Product name and manufacturer details for the casev6.7 product, including country of origin and manufacturer's small business status if different from respondent
- Details of any current federal contracts for similar products/services (GSA FSS, NAC, NASA SEWP, etc.)
- Estimated calendar days for installation, configuration, and validation in a similar medical center
- General pricing for market research purposes
- A detailed capability statement with at least one reference contract demonstrating experience with casev6.7 and related services. Subcontractor experience must also be detailed with references.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339112 (Surgical and Medical Instrument Manufacturing)
- Response Due: February 3rd, 2026, at 3:00 PM PST
- Published: January 27th, 2026
Eligibility / Set-Aside
This RFI is specifically seeking information from Small Businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). The information gathered will inform the government's decision on whether to set aside this procurement for a specific small business category.
Additional Notes
This RFI is for market research and planning purposes only and does not constitute a solicitation. Failure to provide all requested information may be viewed as evidence of inability to perform. All offerors must be registered in SAM.gov.