Philips MX-40 Telemetry Packs
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 Veterans Health Administration, Network Contracting Office 15 (NCO 15) is soliciting competitive quotes for a single award firm fixed-price contract for Philips MX-40 Telemetry Packs for the Robert J. Dole VA Medical Center in Wichita, KS. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Quotes are due February 13, 2026, by 1300 CST.
Scope of Work
The requirement is for eighteen (18) Philips MX-40 IntelliVue 1.4 Ghz Smart Hopping Telemetry Packs. These devices are essential for patient intra-hospital movement and must interface with the existing Philips Patient Information Center (PIC) iX used by the Wichita VA Medical Center. This is a Brand Name Only acquisition, as the PIC iX system's Instructions for Use specify that only Philips Medical Systems components are approved and supported for integration. Like items will not be accepted.
Key Technical Specifications:
- 2.8" color, touch-sensitive display
- Smart, multi-measurement cable systems
- FAST or Masimo SET SpO2 capability
- Standard, EASI or Hexad ECG lead system selection
- Impedance-based Respiration measurement
- Alarm generation from Pulse measurement
- 6-lead capability for diagnosing cardiac abnormalities
- Local measurement trend/alarm history and upload
- Integrated radio for connection to an Information Center
- Rechargeable lithium-ion battery pack
- Warranty: Minimum 1-year covering system, accessories, software, parts, and labor.
- Installation: Not required; technical support will be provided.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541519 – Other Computer Related Services
- Size Standard: $34 Million
- Place of Performance: Wichita, KS
Submission & Evaluation
- Offer Due Date: February 13, 2026, 1300 CST
- Evaluation Factors:
- Technical Requirement (meeting SOW and Price/Cost Schedule)
- OEM Authorization (must be an authorized distributor and submit a letter)
- Price
- Evaluation Method: Comparative evaluation process, considering the best overall benefit to the Government, not necessarily the lowest price.
- Submission Requirements: Offerors must complete and submit Section B.3 Price/Cost Schedule and provide an Authorized Distributor Letter from the OEM.
Eligibility / Set-Aside
This acquisition is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified SDVOSBs listed in the SBA certification database and registered in SAM.gov.
Additional Notes
All interested Offerors should register at www.sam.gov for updates. The Department of Veterans Affairs will not be responsible for any costs incurred in responding to this notice.