J065--MiPACS Preventive 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) is conducting a Sources Sought for market research to identify qualified businesses capable of providing maintenance and software support for the MiPACS Dental Imaging System at the VA Greater Los Angeles Healthcare System in Los Angeles, CA. The VA is mandated to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Responses are due by April 29, 2026, 10:00 AM PST.
Scope of Work
The contractor will provide comprehensive maintenance and software support for the MiPACS Dental Imaging System. Key requirements include:
- Annual Technical Support: Responding to problems, providing technical assistance, and answering questions via phone and email. Emergency work stoppage issues require a 1-hour response, while general inquiries require a 2-business day response. Support hours are 5:30 AM – 5:00 PM PST.
- Annual Maintenance: Providing access to new versions, updates, patches, bug fixes, and enhancements for MiPACS Components, delivered in accordance with VA's Security Requirements.
- Compliance: All services must adhere to manufacturer performance and technical specifications, Federal Regulations, National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations.
- Documentation: Provision of appropriate service documentation at no additional expense. Vendors must be an authorized service provider for the MiPACS System.
Submission Requirements
Interested businesses should provide:
- Company Name, Address, and Point of Contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business).
- Confirmation of small business status under NAICS code 811210.
- Details of any FSS, GSA, SEWP, NAC, or other federal contracts, including contract type and number, and whether MiPACS solutions are available on them.
- General pricing for market research purposes.
- A capability statement addressing qualifications and ability to perform the described work.
Eligibility & Set-Aside
This is a Sources Sought notice. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). If insufficient SDVOSB responses are received, an alternate set-aside or full and open competition may be considered. Prospective bidders must be authorized resellers. All offerors must be registered in SAM.gov, and SDVOSB/VOSB must be registered with the VA VetBiz Registry. No sub-contracting opportunities are anticipated.
Contract & Timeline
- Opportunity Type: Sources Sought
- NAICS Code: 811210 (Size Standard: $34 million)
- Response Due: April 29, 2026, 10:00 AM PST
- Published Date: April 22, 2026
Additional Notes
This is for market research only and does not obligate the Government to award a contract or reimburse costs. Responses to this notice are not considered adequate responses to any future solicitation. A solicitation may be published on FedBizOpps or GSA eBuy after review of responses.