J065--Natus EMG HL7 Interface and EMG Laptops Configuration Services | New | Start: 10/1/25
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.
Notice of Intent to Award a Sole Source Procurement in accordance with FAR 6.302-1(a)(2) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements and 41 U.S.C. 3304(a)(1). The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office 10 (NCO-10), intends to conduct a sole source, firm-fixed price award to Natus Medical Incorporated. The John D. Dingell VA Medical Center located in Detroit, Michigan has a need for a contractor to provide software installation and configuration services on existing Natus EMG HL7 interface, EDK laptops and the Natus Elite V2 software upgrade. The contractor shall work with Oracle Health during Cerner implementation to test the EMG HL7 interface and EMG Laptops connection to Cerner HER. Natus Medical Incorporated has provided a proprietary letter stating they are the sole source manufacturer and distributor of the Viking EDX product in the US Market and that sales, field service and technical support is exclusively supplied by Natus Medical Incorporated.
This notice of intent is not a request for competitive quotations; no solicitation package is available. A determination not to compete is solely within the discretion of the Government. All responsible sources that feel they should be considered qualified to provide the above-mentioned services must submit a response to this notice that shows clear and convincing evidence that competition would be advantageous to the Government. The information received will be considered solely for the purpose of determining whether to conduct an unrestricted open-market procurement. The information provided shall include detailed (and relevant) documentation to allow the government to perform adequate market research and make a proper determination. Include capabilities statement and the following: (1) Business Name, GSA contract number (if applicable) and Address; (2) Point of Contact Name, Phone Number, and E-mail Address; (3) SAM UEID Number and NAICS code; (4) Business Size: are you SMALL or LARGE; and (5) Type of Business SERVICE-DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUB Zone, WOMEN-OWNED etc.
Responses must be received no later than 12:00 PM EST on 9/24/2025. E-mail responses will only be accepted. All responses must be e-mailed to Cierra.Joshua@va.gov.