J065--Neptune - JAX Base: PoP: 05/15/2026- 09/30/2026
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 VHA Network Contracting Office (NCO) 16, is conducting a Sources Sought market research effort to identify qualified sources for a Full-Service Plan/Agreement for Neptune 3 Rover and Neptune 2 Docker equipment. These services are required at the G.V. (Sonny) Montgomery Veterans Affairs Medical Center in Jackson, MS. The anticipated period of performance is from May 15, 2026, to September 30, 2026. This is not a solicitation, and no contract will be awarded from this announcement. Responses will inform the VA's procurement strategy, which is currently an unrestricted competitive solicitation.
Scope of Work
The required services include comprehensive maintenance and repair for Neptune 3 Rover and Neptune 2 Docker equipment. Key requirements emphasize:
- Services performed exclusively by factory-trained and certified technicians with current training evidence.
- 24-hour help desk availability.
- Adherence to manufacturer's procedural requirements for equipment standards, traceability, and performance testing.
- Compliance with all applicable federal, state, regulatory, and manufacturer standards, including FDA alerts and recalls for safety inspections.
- Continuous access to and utilization of up-to-date manufacturer software revisions and proprietary software rights.
- Exclusive use of manufacturer-planned maintenance and repair parts.
- Maintaining a 95% equipment uptime rate.
- Performing preventative maintenance according to OEM schedules and facility timelines.
- Vendor provision of all parts for PMs and CMs at no extra cost.
- Response to all service calls within one business day.
Contract & Timeline
- Type: Sources Sought / Market Research (NAICS 811210, $34M)
- Anticipated PoP: May 15, 2026 - September 30, 2026
- Set-Aside: None specified (currently unrestricted, subject to market research findings)
- Response Due: May 12, 2026, by 10:00 AM CST
- Published: April 28, 2026
Submission Requirements
Interested vendors must submit the following via email to michelle.atwell@va.gov:
- Company details: name, address, contact person, phone, fax, email, UEI SAM, DUNS, website.
- GSA/FSS contract number (if applicable).
- Socio-economic status (e.g., SDVOSB/VOSB, 8(a), HUB Zone, WOSB, SDB).
- Capability statements addressing organizational and staff capabilities, including any significant subcontracting or teaming arrangements.
- Estimated market research pricing.
Important Notes
This is for informational and planning purposes only. Responses are not offers. Vague or incomplete submissions will not be used. Questions or inquiries will not be answered or acknowledged. Failure to respond may lead to a determination by the Government not to compete.