J065--Stryker Neptune Rovers PM | Erie, PA VAMC
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 SOLE SOURCE: Department of Veterans Affairs (VA) Regional Procurement Office East (RPOE), Network Contracting Office 4 (NCO 4) intends to award a sole source contract with Stryker Corporation. They are located at 1941 Stryker Way, Portage, MI 49024.
The PM&R of the rovers is requested by the Erie VA Medical Center located at 135 East 38th Street, Erie, PA 16504-1559. Stryker shall provide preventive maintenance and repairs for the Stryker Neptune 3 Rovers and docking station. The rovers are a proprietary design, therefore another firm would not be familiar with the rationale of the design; not be able to accurately address Request for Information (RFI s); or accurately maintain this equipment, which is critical for proper patient care, as well as a sound product. The period of performance will include a base period of one-year and four one-year option periods.
THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any responsible firm that believes it can meet the requirements may give written notification and capability statements prior to the response due date and time. Vendors shall indicate if they are the direct supplier of the items. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to fulfil the requirements and must include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and customer point of contact with corresponding telephone number and email address.
Responses must include following information:
1. Company Name
2. SAM number
3. Company s address
4. Point of Contact information (title, phone number and email address)
5. Business size.
6. Socioeconomic status
Response received will be evaluated; however, a determination by the Government not to compete the proposed procurement based on responses to this notice is solely within the discretion of the Government. Information provided will not be returned.
Responses are due by Monday, December 15, 2025, at 10:00 AM (EST). No submissions will be accepted after this date and time. Responses shall be submitted via email to arlene.albrite@va.gov.
The NAICS code for this acquisition is 811210 and the standard size is $34M.