J065--Energy Generator Software Salt Lake City VA Medical Center Pharmacy
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 Network Contracting Office 19, has issued a Sources Sought notice to identify potential sources for a service maintenance contract for a Barrx Flex RFA Energy Generator at the Salt Lake City VA Medical Center (SLCVA). This market research aims to gauge industry interest and identify qualified businesses, including their size classifications, for NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance, $34 Million Size Standard). Responses are due by March 12, 2026.
Scope of Work
The requirement is for a full-service maintenance contract covering a Barrx Flex RFA Energy Generator (Model: FE3350X) used for tissue ablation in the GI clinic. Services include both preventative maintenance (PM) and onsite repairs. The contractor shall provide all labor, transportation, recertification, materials, equipment, tools, software, and disposal. The coverage specifically includes the generator, its software, footswitch, and output cable. Key requirements include providing functionally equivalent loaner equipment and all software version upgrades at no additional charge. Detailed service reports (ESRs) documenting procedures, replaced parts, and costs are mandatory. Coverage includes telephone support (Mon-Fri, 8 AM-5 PM local, with 24-hour response) and onsite services during facility hours (Mon-Fri, 8 AM-5 PM local, excluding federal holidays). Contractors must comply with VA infection control and facility security requirements.
Contract & Timeline
- Type: Sources Sought / Market Research
- Period of Performance: Base year: April 1, 2026, to March 31, 2027, with two one-year option periods.
- Set-Aside: To be determined based on market research findings (seeking all business sizes/socio-economic statuses).
- Response Due: March 12, 2026, 12:00 PM CST
- Published: March 5, 2026
Submission & Evaluation
This is solely a Sources Sought announcement for market research and is not a request for proposals or quotes. Responses will be used to determine if a competitive procurement is feasible and to identify potential small business participation. Interested parties must submit their business size/socio-economic status, subcontracting plans (if applicable), company name, SAM Unique Entity ID (UEI), address, contact information, and product origin details. Offerors must be registered in SAM.gov, and SDVOSBs/VOSBs must also be registered in the SBA VetCert Registry. Inquiries and submissions should be sent via email to thomas.parsons2@va.gov.
Additional Notes
The attached Statement of Work (SOW) provides comprehensive details of the requirements. The Government will not reimburse respondents for any costs incurred in responding to this notice. Responses to this Sources Sought will not be considered adequate responses to any future solicitation.