6515--SUPPLY Philips Physiological Monitoring Infrastructure Refresh HCHT
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), Network Contracting Office 5, is issuing a Request for Information (RFI) / Sources Sought for market research purposes. The VA seeks to identify capable firms for a Philips Physiological Monitoring Infrastructure Refresh at the Washington DC VA Medical Center. Responses are due by March 3rd, 2026, at 12:00 PM EST.
Purpose
This RFI aims to gather information to assist the VA in developing the requirement and acquisition strategy for a future solicitation, including potential socioeconomic set-asides or full and open competition. While SDVOSB and VOSB firms are preferred, all capable firms are encouraged to respond.
Scope of Work
The project involves a comprehensive upgrade of the Philips patient monitoring network infrastructure. Key tasks include:
- Upgrading and standardizing existing bedside patient monitors to the latest software revisions.
- Replacing Out-of-Service (OOS) hardware (MX700, MX800, X2).
- Upgrading the PIC iX ecosystem and migrating to a virtual server infrastructure.
- Replacing OOS network infrastructure components.
- Expanding physiological monitoring in the Emergency Department (Resus Room, Triage, New Beside, Behavioral Health, Fast Track).
- Creating additional wireless network runs to Building 6 for Radiology.
The procurement includes all parts, materials, labor, software/licenses, resources, and training. All equipment must be covered by a manufacturer's warranty and procured through an approved distribution channel. Labor for installation, software upgrades, deinstallation, assembly, inspections, testing, project management, and clinical configuration is primarily to be completed by the Original Equipment Manufacturer (OEM).
Submission Requirements
Interested firms must submit responses via email to james.ferro@va.gov by the deadline. Required information includes:
- Company Name, UEI, Cage Code, Dun & Bradstreet Number.
- Point of Contact (name, phone, email).
- Socio-economic status (with proof for SDVOSB/VOSB/small businesses).
- Distributor or manufacturer status (with authorization letter if distributor).
- Manufacturer's location.
- Current government contract details (number, type, items under contract, GSA/SEWP, Schedule/SIN).
- Confirmation of ability to provide service at the listed VA locations.
- Suggestions for NAICS (suggested: 339112) and PSC (suggested: 6515) codes.
- Invoicing methods, certifications, and any concerns or ambiguities.
- Estimated rates.
Contract Details (Anticipated)
- Anticipated Contract Type: Firm-Fixed Priced Contract.
- Period of Performance: Delivery within 90 days from contract award.
- Place of Performance: Washington DC VA Medical Center, 50 Irving St NW, Washington, DC 20422.
Evaluation Factors (for future solicitation)
Evaluation factors may include Required Features, Price, Authorization Letter to Distribute, Delivery Lead Times, and Past Performance.
Additional Notes
This is solely for market research; the VA will not reimburse costs incurred for response preparation. The opportunity includes extensive requirements regarding VA Information Custodial Language, Access to VA Information Systems, Training, Security Incident Investigation, and Electronic Invoicing procedures. Bidders should review the attached Excel document, "36C24526Q0287 LineItems.xlsx", for detailed line item information.