6525--CT Scanner Power Injection System
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), specifically the Altoona VA Medical Center, is conducting market research via a Sources Sought notice to identify qualified sources capable of providing a CT Scanner Contrast Power Injection System. This system is required for the Radiology Department as the current system has reached end-of-life. Responses will help the VA understand industry capabilities and potential small business participation. Responses are due by March 23, 2026, 8:00 am ET.
Scope of Work
The requirement is for a complete CT Scanner Contrast Power Injection System and all necessary installation to ensure it is fully operational for patient use, adhering to Original Equipment Manufacturer (OEM) specifications. The system must meet specific salient characteristics, with the "Stellant FLEX- Medrad Stellant FLEX Injection System" cited as a reference for these features. Key characteristics include:
- Designed for complex contrast-enhanced CT protocols, creating a tight contrast bolus and enabling precise timing.
- Informatics-ready platform for interconnectivity with CT scanners, PACS, RIS, and speech recognition systems.
- Storage and recall of up to 250 protocols with an enhanced manager.
- User-friendly features like snap-on/twist-off syringe design, automatic plunger advance/retract, and automatic filling/priming.
- Multi-phase programming with hold/pause, integrated saline test inject, and programmable pressure limits.
- On-board eGFR and weight-based dosing, injection enabled when the head is tilted down.
- Automated data capture, interface with PACS/RIS/SR, and export of DICOM secondary capture to PACS. Delivery and installation coordination will occur upon award, requiring at least 5 business days' notice prior to shipment.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 334517 (Size Standard: 1200 Employees)
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: March 23, 2026, 8:00 am ET
- Published: March 16, 2026
Submission Requirements
Interested parties must submit responses via email to jefferson.mann@va.gov. Submissions should include:
- Company name, address, contact person (name, phone, email).
- SAM UEI #.
- Business size/classification/type (e.g., 8a, Hubzone, SDVOSB, VOSB).
- Any applicable Government contracts (FSS/eCAT/SAC/NAC/NITTAC/NASA SEWP) with contract numbers.
- Brochures, pamphlets, hyperlinks, or other materials demonstrating capabilities.
- Answers to specific questions regarding manufacturer/distributor status, compliance with the non-manufacturer rule (IAW 13 CFR 121.406(b)), and authorization for small businesses. Generic marketing material without capability details may not be considered.
Additional Notes
This is for market research purposes only; no solicitation is available at this time. The VA will not reimburse contractors for costs associated with responding to this notice. Proprietary information will be handled accordingly.