6515--R-SERIES DEFIBRILLATOR REPLACEMENT (VA-26-00031950)
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), Bruce W. Carter Medical Center, is soliciting proposals for the procurement, delivery, and installation of 89 R-Series ALS Defibrillators and associated accessories. This Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) aims to enhance cardiac care for veterans. Quotes are due March 24, 2026, at 2:00 PM EDT.
Scope of Work
This opportunity requires the supply of 89 R Series ALS Defibrillators (Part Number: 30720005201310012), along with 89 Sure Power Rechargeable Lithium Ion Battery Packs, 89 R WiFi Cards with Clock Sync and FIPS, 89 Case Review Subscriptions (3 Year), and 1 Base Deployment Setup. The solicitation includes a trade-in allowance and volume discount.
Defibrillators must meet stringent salient characteristics, including:
- Energy Selection: Joules, Biphasic waveform (1-200J).
- Monitoring: 3-channel color LCD, external Pacemaker, SPO2, ETCO2, non-invasive blood pressure.
- Power: Lithium-Ion Battery with <4-hour charge time.
- Advanced Features: Electronic filter for chest compression artifacts, audible/visual CPR feedback, automated self-testing, WIFI clock syncing, wireless monitoring/management software, CODE data review software, FIPS 140-2 certification, and wireless data transmission.
- Interoperability: Must be interchangeable with existing pacing/defibrillator pads and compatible with cables/pads used by other responding agencies.
- Warranty: A 5-year manufacturer's warranty is required, covering corrective maintenance from installation.
- Installation: The government will perform the installation of the procured equipment.
While Brand Name Zoll is specified, equal products meeting all salient characteristics will be considered.
Contract & Timeline
- Contract Type: Solicitation (implied supply contract with services)
- Set-Aside: Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- Period of Performance: Procurement, delivery, and installation within 90 days of award (anticipated March 31, 2026, to June 29, 2026).
- Published Date: March 10, 2026
- Quote Due Date: March 24, 2026, at 2:00 PM EDT.
Eligibility & Submission
- Eligibility: Offerors must be certified SDVOSBs, registered in SAM.gov, and verified in https://www.vip.vetbiz.gov/.
- Submission: Quotes must be sent to David.Henry3@va.gov.
- Invoicing: Electronic submission via VAAR Clause 852.232-72.
Evaluation
Proposals will be evaluated based on Technical Acceptability, Price, and Past Performance.
Additional Notes
All deliverables must be sent to the Miami VA Medical Health System (Doral Warehouse), 6725 NW 36th Street, Suite 695, Miami, FL 33166, referencing the Purchase Order number. Security requirements include FIPS 140-2 compliance, Enterprise Risk Assessment, OIT Technical Reference Model approval, HL7 interface, and adherence to VA Privacy & Security, Privacy Act, and HIPAA.