Q502--Perfusion Services - MPLS PoP 05/01/2026-04/30/2027 4
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 Network Contracting Office 23, is soliciting proposals for Perfusion Services at the Minneapolis VA Health Care System in Minneapolis, MN. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be a Firm Fixed-Price (FFP) type, with a base period from May 1, 2026, to April 30, 2027, and four available option periods. Proposals are due by February 23, 2026, at 10 AM CST.
Scope of Work
The awarded contractor will provide comprehensive on-site, on-call, and call-back Perfusion Services for eligible beneficiaries. Key requirements include:
- Provision of services by a minimum of three (3) Board Certified Key Personnel.
- Adherence to national standards established by the American Board of Cardiovascular Perfusion.
- On-site coverage 52 weeks per year, Monday-Friday (excluding Federal Holidays).
- On-call coverage 7 days a week, 52 weeks per year.
- Personnel must be proficient in English, possess specific technical skills related to cardiopulmonary bypass surgery, and comply with all applicable VA policies and infection control measures (e.g., TB, Measles, Influenza testing).
- Current Basic Life Support (BLS) certification is mandatory; Advanced Cardiac Life Support (ACLS) is desirable.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base Period: May 1, 2026 – April 30, 2027, with four (4) option periods.
- Place of Performance: One Veterans Drive, Minneapolis, MN 55417, USA.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 621111 (Offices of Physicians).
- Product Service Code: Q502 (Cardiology).
Submission & Evaluation
Offerors must submit proposals electronically to Daniel.vagts@va.gov. Submissions should be in three parts: Technical Proposal, Past Performance, and Price Proposal.
- Questions Due: February 9, 2026.
- Offer Due Date: February 23, 2026, at 10 AM CST. Evaluation will prioritize Technical Capability (including personnel qualifications, experience, clinical skills, and management capabilities) and Past Performance. Price will also be considered as a factor in determining the best value.
Key Attachments & Compliance
Bidders must carefully review and address several critical attachments:
- Past Performance Questionnaire (Attachment 5): Essential for evaluating bidder's past performance.
- Quality Assurance Surveillance Plan (QASP) (Attachment 4): Defines government's performance evaluation standards.
- Contractor Rules of Behavior (Attachment 3): Outlines security and privacy obligations for accessing VA systems.
- Organizational Conflict of Interest (OCI) (Attachment 2): Requires certification regarding potential conflicts.
- Immigration and Nationality Act Requirement (Attachment 1): Mandates certification of compliance for personnel.