7E20--IV Prep Computers
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 NETWORK CONTRACT OFFICE 23 (NCO 23), has issued a Combined Synopsis/Solicitation for IV Prep Computers to support VISN 23 facilities in Omaha, Minneapolis, St. Cloud, and Sioux Falls. This requirement is for the replacement of existing non-BD IV Prep 2.50 compatible or end-of-life Cybernet BD IV Prep PC hardware, with new hardware compatible with the BD Pyxis IV Prep System. This is a Total Small Business Set-Aside. Offers are due by May 13, 2026, at 4:00 PM CDT.
Scope of Work
The solicitation seeks all-in-one medical-grade PCs (Teguar or Cybernet brand name or equal) with specific screen sizes (15", 19", 22"), touchscreen capability, VESA mounting support, and robust specifications including a minimum of 8 GB RAM, 3 GHz dual-core CPU, 1 Gbit network connection, fanless design, antimicrobial housing, and IP65 sealed front. The PCs must be Windows 11 compatible. Required peripherals include medical-grade, washable, wired mice and keyboards, along with compatible medical-grade base stands.
Key Requirements
- Hardware: All-in-one medical-grade PCs (Teguar or Cybernet brand name or equal) with specified screen sizes, touchscreen, VESA mount, and robust internal specifications.
- Peripherals: Medical-grade, washable, wired mice and keyboards, and compatible base stands.
- Warranty: Minimum five-year warranty from commissioning.
- Documentation: Comprehensive electronic manuals, guides, and training materials.
- IT Security: Strict compliance with Federal laws, VA directives, and handbooks regarding information security, data protection, encryption, and audit.
- Product Integrity: Adherence to ICTS supply chain regulations, prohibition of gray market/counterfeit items, and procurement from OEM or authorized resellers.
Contract Details
- Contract Type: Commercial products.
- Period of Performance: 30 days After Receipt of Order (ARO).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334111 (Electronic Computer Manufacturing) with a 1250-employee size standard.
- Product Service Code (PSC): 7E20.
Submission & Evaluation
- Submission: Offers must include a signed SF 1449, completed price schedule, signed SF30s for amendments, descriptive literature, and an OEM authorization letter if applicable.
- Evaluation: Award will be based on a Lowest Priced Technically Acceptable (LPTA) methodology, evaluating technical capability (Section B.2) and past performance.
- Questions: All questions must be received 72 hours before the offer due date.
- Offer Due Date: May 13, 2026, at 4:00 PM CDT.
Contact Information
Questions and responses should be emailed to Jennifer Watkins-Schoenig (jennifer.watkins-schoenig@va.gov) and Joshua Imdacha (joshua.Imdacha@va.gov).