Neuroworks EEG System Upgrade in support of the VISN 20 Multiple Sites - Read Sources Sought for complete details
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) is conducting market research through a Sources Sought Notice for a Neuroworks EEG System Upgrade to support VISN 20 Multiple Sites across the Pacific Northwest and Alaska. This notice aims to identify qualified sources for upgrading existing Natus Neuroworks software and hardware. Responses are due by February 19, 2026.
Scope of Work
The requirement involves upgrading existing EEG Natus Neuroworks software to version 10 and associated hardware. Key aspects include:
- Installation and training services.
- Procurement of new Original Equipment Manufacturer (OEM) items only; no used, refurbished, or gray market items.
- Vendors must be an OEM, authorized dealer, distributor, or reseller, verified by the OEM.
- All software licensing and warranty must comply with OEM terms.
- Detailed hardware, software, and service requirements are listed in Appendix A, broken down by location (BOI, POR, PUG, ROS, SPO).
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Period of Performance: 12 months from award date.
- NAICS Code: 334510 (Size Standard: 1,250 employees)
- Response Due: February 19, 2026, 1 PM Eastern Time
- Published: February 3, 2026
Eligibility / Set-Aside
No specific set-aside is designated for this Sources Sought notice. However, respondents are requested to provide their business size and details on existing Federal Supply Schedule contracts (GSA, SEWP, etc.). A Buy American Certificate or statement of country of origin is required.
Submission & Evaluation
Interested contractors should submit responses via email to Jennifer Robles (jennifer.robles1@va.gov). Responses must include: company name, address, SAM UEI, business size, point of contact information, and details on existing Federal Supply Schedule contracts. The government will use this information for acquisition planning and to determine the appropriate acquisition method.
Additional Notes
This is solely a Sources Sought notice and not a solicitation. It does not obligate the government to award a contract or pay for information provided. Responses will be treated as proprietary. The document also details security requirements, access to VA information systems, and data handling protocols.