6525--673B50076, UPGRADE, LFO, FUJIFILM HEALTHCARE, XR MRI VISN 8, TAMPA, FL, $762,121.54, DD 05/30/26
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) has awarded Fujifilm Healthcare Americas Corporation a delivery order valued at $762,121.54 for the upgrade of an existing Fuji Oasis MRI system at the VA VISN 8 facility in Tampa, FL. This is a sole-source logical follow-on action, with an anticipated delivery by May 30, 2026.
Scope of Work
This award covers the upgrade of an existing Fuji Oasis MRI system, including all associated computer hardware, software, and MRI components. The upgrade is for the VA VISN 8 facility in Tampa, FL.
Contract Details
- Awardee: Fujifilm Healthcare Americas Corporation
- Award Amount: $762,121.54
- Award Date: February 4, 2026
- Anticipated Delivery Date: May 30, 2026
- Contract Type: Delivery Order (Logical Follow-On)
- Parent Contract: IDIQ Contract No. VA797H-17-D-0020
- Product Service Code: 6525 (X Ray Equipment And Supplies: Medical, Dental, Veterinary)
- NAICS Code: 334517 (Medical and Diagnostic Equipment Manufacturing)
- Contracting Office: NAC HIGH TECH ORDERS (36A797)
Justification & Set-Aside
This was a sole-source action justified as a "logical follow-on" to an existing contract. Fujifilm Healthcare was identified as the only contractor capable of providing the upgrade due to its proprietary knowledge of the existing system's hardware and software, and its FDA 510K medical device certification in the specific configuration. The contracting officer determined the anticipated cost to be fair and reasonable.
Additional Notes
A memo published on February 12, 2026, indicates a forthcoming modification to this delivery order. This modification is expected to add "turnkey information" and correct any associated errors. Interested parties should monitor SAM.gov for the official modification. Future requirements will be handled on a case-by-case basis, with attempts to provide fair opportunity to all schedule holders. Point of Contact: Sheila Henderson, Contract Officer (sheila.henderson@va.gov, 708-786-5251).