J065-- GRECC Motion Analysis Service/Maintenance
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, intends to award a sole-source, firm-fixed-price, non-personal services contract to Motion Analysis Corporation for comprehensive service and maintenance of their Kestrel 2200 Plus Digital RealTime Camera System. This is a Special Notice / Notice of Intent to Sole Source, not a request for competitive proposals. Interested parties who believe they can provide these services must submit a letter of interest by March 06, 2026, 3 PM Central Standard Time (CST).
Scope of Work
The requirement is for a comprehensive hardware, software, and support service plan for the Motion Analysis Kestrel 2200 Plus Digital RealTime Camera System, specifically for 8 cameras (model 590-1097-KPLS22, serial numbers 22140-22155) at the Central Arkansas Veterans Healthcare System. Services include:
- Repair Service: Diagnosis and correction of product failures, with phone response within 4 hours during company working hours.
- Hardware Maintenance: Shipment of installable replacement modules by overnight delivery within 2 working days of diagnosis.
- Software Maintenance: Support for Motion Analysis software products, including all enhancements and updates (unless separately packaged and priced).
- Training Update: A 2-day on-site training for approximately 6 employees on equipment calibration, data analysis, and software/system enhancements.
Contractor personnel will not have access to VA desktop computers, online government resources, or Protected Patient Health Information (PHI). All research data for contractor analysis will be de-identified. Memory storage devices will remain under VA control if equipment removal is required.
Contract & Timeline
- Type: Sole-Source, Firm Fixed-Price, Non-Personal Services Contract
- Authority: Federal Acquisition Regulation (FAR) Part 12, under FAR 6.103-1 (Restricting competition)
- Response Due: March 06, 2026, 3 PM CST
- Published: February 26, 2026
- Set-Aside: Not applicable (Sole-Source Intent)
Evaluation
This notice is not a request for competitive proposals. The government does not anticipate receiving responses. However, interested parties who disagree with this sole-source action may submit a letter of interest demonstrating their firm's technical expertise, certifications, and authorization to compete. Information received will be utilized solely for determining whether to conduct a competitive procurement.
Additional Notes
Contractors must comply with all applicable records management laws and regulations, including NARA policies. C&A requirements do not apply, and a Security Accreditation Package is not required.