6515--Transport Monitor/Defibrillator
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 market research through a Sources Sought Notice/RFI to identify qualified sources for Transport Monitor/Defibrillators for the VA Northern Arizona Healthcare System in Prescott, Arizona. This is not a solicitation, but aims to gather information for acquisition planning. Responses are due February 18, 2026.
Purpose & Overview
This Request for Information (RFI) seeks to identify potential qualified sources and their size classification under NAICS code 339112 (size standard 1,000 Employees). The VA is specifically looking for information on companies capable of providing combined portable monitor/biphasic defibrillators for prehospital and transport use, capable of advanced life support (ALS) monitoring and defibrillation for adult, pediatric, and neonatal patients. Responses will inform future acquisition strategies.
Key Requirements / Characteristics
The desired Transport Monitor/Defibrillator must:
- Be a combined portable monitor/biphasic defibrillator, meeting or exceeding Zoll X Series capabilities.
- Weigh no more than 12 lbs.
- Feature a high-resolution color LCD, capable of simultaneously displaying 4 traces or 12-lead ECG.
- Include advanced monitoring: ECG, SpO2, EtCO2, NIBP, at least 2 simultaneous invasive pressures, and core temperature.
- Utilize Masimo rainbow SET technology and provide real-time CPR feedback.
- Allow data export via USB, Wi-Fi, Bluetooth, or cellular modem (subject to VA cybersecurity).
- Support external pacing, defibrillation, and synchronized cardioversion.
- Have integrated WiFi, Bluetooth, and USB.
- Be powered by a rechargeable lithium-ion battery with at least 4-hour runtime (6+ hours preferred).
- Be ruggedized for EMS use (IPX5 water resistance, MIL-STD 810G vibration, 2-meter drop tested) and operate between approximately 0-50 °C.
- Integrate with hospital and EMS data systems.
- Ensure all accessories are compatible with the existing Zoll monitor/defibrillator ecosystem at NAVAHCS.
Submission & Evaluation
Interested companies should submit a capabilities statement addressing how they meet the draft characteristics, noting any shortfalls. Submissions should also include:
- Feedback or suggestions on requirements.
- Business size status (e.g., SDVOSB, VOSB, Small Business under NAICS 339112).
- Whether the company is a manufacturer, authorized distributor, or reseller.
- Limitations on subcontracting, COTS status, Non-Manufacturer Rule compliance, and Buy American Act conformity.
- Lead time, estimated lifespan, support/services, FDA clearance, and leasing solutions.
- Existing Federal Government contracts (FSS, GSA).
- General pricing (for market research only) and SAM.gov Unique Entity ID/Cage Code.
Response Details
- Response Due: Wednesday, February 18, 2026, by 4:00 P.M. PST.
- Submission Method: Email to Debby.Abraham@va.gov.
- Contact: Debby Abraham, Contracting Officer, Debby.Abraham@va.gov, 562-766-2234.
Eligibility / Set-Aside
No set-aside is specified for this RFI. Information on business size and type is being collected to aid in future set-aside determinations.
Additional Notes
This is for planning purposes only and does not constitute a solicitation or guarantee a future contract. Responses are not offers and responders are responsible for their own expenses.