PHILIPS MRI AND CHILLER MAINTENANCE
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 a Sources Sought market research effort to identify qualified businesses capable of providing Philips MRI and Chiller Maintenance and Repair services for the Columbia VAMC in Columbia, MO. This is not a solicitation, and the government is not obligated to award a contract. Responses are due April 13, 2026.
Scope of Work
The requirement is for comprehensive maintenance and support for a Philips Ingenia Ambition X 1.5T MRI (SN 47835) and a KKT Chiller (Model CBOXX60, SN 90604295). Services include:
- Priority Scheduling & Remote Service: Access to spare parts inventory, priority remote diagnostic and troubleshooting support.
- Labor & Travel: Covered during standard hours (M-F, 8 AM-5 PM) with one-hour initial and four-hour on-site response times.
- Spare Parts: All necessary replacement parts (excluding consumables) with next-business-day delivery.
- Discounts: 15% discount on lifecycle catalog items.
- Planned Maintenance: Per manufacturer specifications.
- Software & Support: Operating system software enhancements (excluding upgrades), 24/7 technical support, M-F clinical applications support, remote proactive monitoring, and ongoing support for MR Elastography hardware/software.
- Chiller Coverage: Corrective and preventive maintenance (M-F, 8 AM-9 PM).
- Deliverables: Various reports including PM, corrective maintenance documentation, remote service logs, and chiller maintenance reports.
Submission Requirements
Interested firms must provide:
- Company Name, Address, Point of Contact, Phone, Fax, Email
- UEI number
- GSA Contract (if applicable)
- Capability Statement clearly identifying ability to fulfill the requirement
- Brochures of services offered, including specifications
- Authorized service provider letter from OEM
Contract & Timeline
- Type: Sources Sought (Market Research)
- Product/Service Code: J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- Set-Aside: None specified, but eligibility for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) will be considered.
- Response Due: April 13, 2026, 3:00 PM ET
- Published: April 1, 2026
Eligibility & Notes
Prospective contractors must be registered in SAM.gov and complete electronic annual representations and certifications. SDVOSB and VOSB firms must be verified in SBA's Small Business Search. This is for market research only and does not guarantee a future solicitation.
Point of Contact
Betty Flores (veronica.flores@va.gov) Department of Veterans Affairs, Network Contracting Office -15 3450 S. 4th Street Trafficway, Leavenworth, KS 66048