6515--Hemodynamic Monitors/Platform
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 NCO 20, is soliciting quotes for a Hemodynamic Management/Monitoring Platform for the Puget Sound Healthcare System in Seattle, WA. This procurement seeks an Edwards Lifesciences HemoSphere Alta Hemodynamic Monitor/Platform or an equal. The acquisition is Unrestricted, and all capable and responsible sources are encouraged to respond. Quotes are due by March 20, 2026, at 15:00 Pacific Time.
Scope of Work
The requirement is for a hemodynamic management/monitoring platform with a minimum 12-inch high-resolution screen. Key features include customizable multi-sensors for pressure, flow, and tissue oxygenation, supporting both left and right heart monitoring, and noninvasive monitoring capabilities. Specific components include a tissue oximetry sensor with Cerebral Autoregulation Index (CAI) and continuous total hemoglobin (tHB) parameters, an IQ pulmonary artery catheter, and Acumen Hypotension Prediction Index (HPI) and Assisted Fluid Management (AFM) software with noninvasive finger cuffs. Preferred features include 36-month extended warranty options and 24/7 customer/technical support. The platform must meet essential physical and functional characteristics, including specific accuracy for blood pressure and oxygen saturation measurements, fluid delivery tracking, and technical specifications like touch screen, ECG monitor input, alarm levels, and wireless connectivity. A Statement of Work (SOW) will be included in the solicitation.
Contract Details
This solicitation, RFQ number 36C26026Q0388, will result in a single, fixed-price contract for a base period. Delivery is required within 90 Days After Receipt of Order (ARO), with FOB Destination. The applicable NAICS code is 339113 (Surgical Appliance & Supplies Manufacturing), with a small business size standard of 800 employees. This is an Unrestricted procurement.
Submission & Evaluation
Offerors must submit a completed SF 1449, company information, a completed Section B.2 Price/Cost Schedule, an Authorized Distributor Letter from the Manufacturer, and a completed FAR provision 52.225-6 TAA Section E.3. Quotes and all required documents must be submitted via email to Tracy Heath (tracy.heath@va.gov) and copied to Denise Patches (denise.patches@va.gov). Evaluation will consider the offeror's status as a manufacturer-authorized provider for the items/services offered (verified by a manufacturer's letter) and price. Prospective contractors must be registered in the System for Award Management (SAM) at www.sam.gov with the applicable NAICS code prior to submission.
Key Dates & Contacts
- Solicitation Number: 36C26026Q0388
- Anticipated Issue Date: March 3, 2026
- Quote Due Date: March 20, 2026, at 15:00 Pacific Time (Los Angeles, USA)
- Primary Contact: Tracy M Heath, Contract Officer (tracy.heath@va.gov, 253-888-4903)
- Place of Performance: Department of Veterans Affairs Puget Sound Healthcare System, Seattle, WA 98108