J065--ISO Cath Lab Service Contract Amendment to Previous Combined Sysnopsis

SOL #: 36C24126Q0227Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

West Haven, Connecticut

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 16, 2026, 5:00 PM

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 West Haven VA Medical Center, has issued a combined synopsis/solicitation for ISO Cath Lab Service. This requirement seeks a contractor to provide comprehensive maintenance and support for two specific Philips imaging systems to ensure operational readiness and a 98% uptime guarantee. Quotations are due by February 16, 2026.

Scope of Work

The contractor shall provide all parts, labor, preventive maintenance, corrective maintenance, and travel required for the following equipment:

  • Philips Allura Xper FD10 Cath Lab (SN: 000467): Full service coverage from January 1, 2026, to December 31, 2029.
  • Philips Allura Xper FD20 Cath Lab (SN: 001035): Full service coverage from January 1, 2027, to December 31, 2029.

Key technical requirements include:

  • Response Times: 1-hour phone callback and 4-hour on-site response for primary/protection service levels.
  • Uptime Guarantee: 98% uptime during standard coverage hours (8:00 AM – 5:00 PM, Monday–Friday).
  • OEM Standards: Vendors must have proven access to Original Equipment Manufacturer (OEM) parts, manuals, and schematics.
  • Updates: All software and hardware updates must be provided at no additional cost throughout the contract life.

Contract & Timeline

  • Type: Request for Quotation (RFQ) / Combined Synopsis/Solicitation.
  • Set-Aside: Full and Open Competition.
  • NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance).
  • Response Due: February 16, 2026, at 12:00 PM EST.

Evaluation

Award will be made using Simplified Acquisition Procedures via a comparative evaluation. The government will perform a side-by-side comparison of quotes based on the following decision factors:

  1. Price
  2. Past Performance
  3. Speed of Delivery

Additional Notes

Offerors must submit a Quote, Capability Statement, and Delivery Time Frame (ARO). All contractors must be escorted in areas containing sensitive information and must adhere to VA Privacy, Security, and HIPAA requirements.

People

Points of Contact

Phillip CrockettContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View