Pulmonary Function Test (PFT) System
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), specifically the Network Contract Office 21, has issued a Presolicitation / Notice of Intent to acquire a Pulmonary Function Test (PFT) System for the VA Northern California Health Care System in Mather, CA. This is intended as a sole source acquisition from MGC Diagnostics Corporation/Medical Graphics Corporation, with an estimated value of $417,533.56. The purpose of this notice is to determine if other sources are capable of meeting the requirement. Responses are due by May 22, 2026.
Scope of Work
The requirement is for Pulmonary Function Test (PFT) System machines that perform body plethysmography, a noninvasive lung function test. The system includes various components, software, installation, and training for clinical users. Key items include:
- Platinum Elite DX Body Plethysmograph w/ RTD
- E Gas Cylinder Kit
- Ergotron Cart
- Various software modules (e.g., Pulmonary Consult SW, Query Database SW)
- Support Agreements and Training
Contract Details
- Type: Presolicitation / Notice of Intent for a Firm-Fixed-Priced Delivery Order
- Estimated Value: $417,533.56
- NAICS Code: 334510 (Respiratory analysis equipment, electromedical, manufacturing)
- Small Business Size Standard: 1,250 employees
- Product and Service Code (PSC): 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
Submission & Evaluation
This notice is not a request for competitive quotes. Any responses received will be used to determine whether to conduct a competitive procurement or proceed with the sole source contract. Interested parties must demonstrate their capability to respond to the requirement. Responses should include a STATEMENT OF CAPABILITY, GSA SCHEDULE INFORMATION, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS.
Eligibility / Set-Aside
This is a sole source notice. The justification cites that only MGC Diagnostics Corporation/Medical Graphics Corporation is capable of providing the unique and specialized PFT system required, as they are the sole manufacturer and distributor. The VA NCHCS already standardizes with the MGC PFT system, and existing PFTs require compatibility with a specific HL7 server. Market research did not identify other sources or equivalent products. If no responses are received demonstrating capability, the government will proceed with the sole source acquisition.
Additional Notes
- Response Due: May 22, 2026, by 9:00 AM Pacific Time.
- Submission Method: Email responses to Brian K. Fritz at brian.fritz@va.gov.
- Delivery: FOB Destination shipping to VA Northern California Health Care System, Sacramento VA Medical Center.
- No telephone requests will be accepted.