6525--Cryoablation System for Interventional Radiology
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 (NCO) 16, is conducting a Sources Sought / Request for Information (RFI) to identify qualified contractors capable of providing a Cryoablation System for Interventional Radiology at the Michael E. DeBakey VA Medical Center in Houston, TX. This market research aims to assess industry capabilities, pricing, and determine the appropriateness of a small business set-aside. Responses are due by March 23, 2026, at 12:00 PM (CST).
Purpose
This RFI seeks to gather information on contractor interest, capabilities, qualifications, non-manufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance, and estimated industry pricing. The primary goal is to inform market research and budgetary planning, and to determine if a set-aside for any small business program is appropriate for a future solicitation.
Scope of Work
The requirement is for a Cryoablation System including the console, remote control keypad, and software, along with delivery and an original OEM warranty. The system must support physicians performing percutaneous cryoablation under image guidance and be capable of procedures such as renal tumor cryoablation, liver tumor ablation, bone metastasis pain palliation, and soft tissue lesion ablation. Contractors must provide all necessary labor, materials, supplies, equipment, and transportation for installation. A standard service agreement (minimum 1 year) for corrective and preventive maintenance, performed by OEM-authorized Field Service Engineers, is also required. All parts must be OEM, compatible, and new (no refurbished parts). Materials and services must comply with NFPA-99, TJC, NEC, OSHA, HIPAA, Federal, and VA security specifications.
Anticipated Contract Details
If a solicitation is issued, the government anticipates a competitive, firm fixed-price task order (if on a Federal Supply Schedule) or a firm fixed-price purchase order (if 'open market'). Delivery is expected within thirty (30) days from contract award, with the service agreement duration tied to the OEM standard service package.
Submission Requirements
Interested offerors must respond to specific questions (5a-5i) detailed in the RFI, covering: capability to meet SOW requirements (general, place of performance, period of performance), company contact information, business size (including small business designations like SDVOSB, VOSB, SDBs, HUBZone, 8A, and NAICS 339112), subcontracting needs, authorized distributor/OEM status, and existing contract vehicles (GWAC, GSA, VA NAC FSS, IDIQ, BPA). Responses must be emailed to eugene.jackson2@va.gov with the subject line 36C25626Q0513 - RFI-Sources Sought Cryoablation – Houston, TX.
Eligibility & Set-Aside
Small Business Concerns are strongly encouraged to respond to assist NCO 16 in determining potential competition levels and whether a set-aside for any small business program is appropriate. The NAICS code for this requirement is 339112.
Important Notes
This is a Sources Sought / RFI ONLY and does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ). The Government is not obligated to enter into a contract based on this notice, and all information is preliminary and subject to modification. Responses will be used solely for market research and will not be released outside the NCO 16 Purchasing and Contract Team. Telephone inquiries will not be accepted. Questions are due by March 18, 2026, at 12:00 PM (CST).