MOBILE MRI PARMA
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 (NCO) 10, has posted an Award Notice and Justification for Other Than Full and Open Competition for a sole source, firm-fixed-price purchase order. This award is for the lease of a Philips Ingenia Mobile MRI system to maintain diagnostic imaging services at the Louis Stokes Veterans Affairs Medical Center (CLE VAMC) - Parma CBOC in Cleveland, OH.
Scope of Work
The requirement is for a mobile MRI system, specifically a Parked Mobile Coach with a 1.5T Philips Ingenia with Compress SENSE. The system must be fully operational and integrated within the Parma Outpatient Clinic's existing infrastructure to ensure continuous diagnostic imaging services. This procurement serves as a bridge solution while a long-term strategy is developed.
Contract & Timeline
- Type: Firm Fixed-Price Purchase Order
- Estimated Value: $511,000.00
- Period of Performance: May 1, 2026, through April 30, 2027 (one year)
- Set-Aside: Other Than Full and Open Competition (Sole Source)
- Published: April 20, 2026
Justification for Sole Source
This procurement is justified under the "Only One Responsible Source" authority (41 USC §3304(a)(1)), citing FAR 13.5 Simplified Procedures for Certain Commercial Items. Market research, including a Sources Sought notice (36C25026Q0434) issued from April 2-10, 2026, which received no responses, indicated that Rayus Radiology is the only firm capable of providing an immediately available, fully installed, and operational system. Removing and replacing the currently integrated unit would cause 12-18 months of unacceptable disruption and duplication of costs. The Nonmanufacturer Rule does not apply as this is a service-based leasing procurement.
Contact Information
Primary Point of Contact: Rachelle Hamer (rachelle.hamer@va.gov, 216-447-8300).