6515--Patient Monitoring and Connectivity 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.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
(ii) The solicitation number 36C26226Q0242 is issued as a Request for Quote (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. The Government intends to award a single, Firm-Fixed Price (FFP) award contract.
(iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-03, January 1, 2025.
(iv) This solicitation will be total Service-Disabled Veteran Owned Small Business Set-Aside, to a business associated with The North American Industry Classification System (NAICS) Code, 334510, and the Small Business Administration s (SBA) size standard of 1,250 employees.
(v) The Department of Veterans Affairs (VA) seeks to make a procurement for a patient monitoring and connectivity platform for the Northern Arizona VA Healthcare System. This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics:
Be compatible with the Philips IntelliVue Monitoring System that is currently on site at the Northern Arizona VAHCS
Be wireless
Have an integrated remote tele box
Have a handheld, color screen
Be able to track total hemoglobin and oxygen content noninvasively and continuously
Be mobile with a rolling stand
Be able to perform continuous monitoring of: End-Tidal Carbon Dioxide, Electrocardiogram, Respiratory Rate, Peripheral Capillary Oxygen Saturation, and Blood Pressure
Have Carboxyhemoglobin Saturation Diagnostics and monitoring testing capabilities
The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details.
See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation.
Place of Performance: Northern Arizona VA Healthcare System Supply Warehouse Building 165, 500 N. State Route 89, Prescott, AZ, 86313.
Period of Performance: Within 90 days of placing order.
Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process.
Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission.
Submit all question(s) to Nate Munson at nathan.munson@va.gov no later than January 7th 2026, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation #36C26226Q0242 within subject line of the email.
Quotes must be received by January 9th by 4:00 PM PST. Email your quote to Nate Munson at nathan.munson@va.gov. Ensure to reference solicitation #36C26226Q0242 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.
CLAUSES
FAR Number
Title
Date
52.209-6
PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
AUG 2013
52.212-4
CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
FEB 2012
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012)
AUG 2012
52.232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT
JUL 2013
52.252-2
CLAUSES INCORPORATED BY REFERENCE
FEB 1998
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.233-1
DISPUTES
MAY 2014
52.233-3
PROTEST AFTER AWARD
AUG 1996
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2012
852.237-70
CONTRACTOR RESPONSIBILITIES
APR 1984
852.215-70
SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS
JUL 2016
PROVISIONS
52.211-6
52.212-1
BRANDNAME OR EQUAL
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
AUG 1999
APR 2014
52.212-2
EVALUATION--COMMERCIAL ITEMS
OCT 2014
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS
NOV 2014