J065--VECTor 6/CT/OI System Maintenance and Service
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), Network Contracting Office 15 (NCO 15), is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified sources for VECTor 6/CT/OI System maintenance and service. This is not a solicitation. Responses are due by April 15, 2026, at 08:00 CST.
Purpose
This RFI aims to gather information on potential sources capable of providing full-service maintenance for the MILabs VECTor-6/CT/OI system at the Harry S. Truman Memorial Veterans Hospital in Columbia, MO. The goal is to ensure continuous operational readiness, minimize downtime, and support VA research objectives.
Scope of Work
The contractor shall provide a comprehensive maintenance plan, including:
- Preventative Maintenance: Two annual visits for system checks, safety/quality control, and replacement of wear-and-tear parts (consumables excluded).
- Corrective Service: All parts (e.g., vacuum components, crystals, X-ray sources), labor, travel, and lodging for repairs.
- Technical Support: Remote support within four hours; on-site service within two business days if remote resolution is not possible.
- Software Management: Installation of all software updates, bug fixes, and upgrades.
- Application Support: Operational guidance to VA research staff as needed.
- Reporting: Provision of service reports for each visit.
Contract Details
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance)
- Size Standard: $34 Million
Submission Requirements
Interested vendors must submit the following information via email:
- Company Name, Address, SAMS UEI, POC, Phone, and Email.
- Small business status (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business) relative to NAICS 811210.
- If a large business, details on authorized small business service providers or subcontracting to small businesses.
- Authorization letters/agreements if an authorized service provider for the products/services.
- Details if your company alters, modifies, or changes the identified products.
- Information on any existing Federal Supply Schedule (FSS) or other federal contracts.
- A capabilities statement demonstrating the ability to meet requirements.
Response & Evaluation
Responses will be used for market research to inform appropriate acquisition decisions and identify potential qualified sources. This RFI is for information and planning purposes only and does not constitute a solicitation or a binding contract. Responders are responsible for all associated expenses.
Additional Notes
Telephone responses will not be accepted. A future solicitation, if issued, will be published separately.