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), Network Contracting Office 23, is soliciting proposals for Perfusion Services at the Minneapolis VA Health Care System (Minneapolis, MN). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm Fixed Price (FFP) for a base period from May 1, 2026, to April 30, 2027, with four additional option years. Proposals are due by February 23, 2026, at 10 AM CST.
Scope of Work
The contractor will provide comprehensive on-site, on-call, and call-back perfusion services. Key requirements include:
- Provision of services by a minimum of three (3) Board Certified Key Personnel, credentialed and available for scheduling.
- Adherence to national standards established by the American Board of Cardiovascular Perfusion.
- On-site coverage 52 weeks per year, Monday-Friday (excluding Federal Holidays), and 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 VA policies and infection control measures (e.g., TB, MMR, Varicella, Flu testing).
- Required services include non-cardiac autotransfusion for vascular and orthopedics.
- The VA utilizes Terumo Heart Lung Machines (4 units), Catsmart Cell Savers, Maquet/Getinge Balloon Pumps, IStat, HMS Plus, Sat/Crit Monitor, and CDI 500.
- Annual case load data provided: 2022 (298), 2023 (352), 2024 (334), 2025 (273), 2026 (22).
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: Minneapolis VA Health Care System, 1 Veterans Drive, Minneapolis, MN 55417.
Submission & Evaluation
- Proposals must be submitted electronically via email to Daniel.vagts@va.gov.
- Submission Deadline: February 23, 2026, at 10 AM CST.
- Proposals require three parts: Technical Proposal, Past Performance, and Price Proposal.
- Evaluation Criteria: Technical Capability (Qualifications of Personnel, Experience, Clinical Skills, Management Capabilities) and Past Performance are primary, with Technical Capability being of greater importance. Price will be considered for best value.
- Offerors must acknowledge receipt of Amendment 0001.
Key Attachments
Bidders should review the following attachments:
- Attachment 1 (Immigration and Nationality Act Requirement): Certification for compliance with immigration laws.
- Attachment 2 (Organizational Conflict of Interest): Certification statement required for OCI disclosure.
- Attachment 3 (Contractor Rules of Behavior): Rules for accessing VA information systems.
- Attachment 4 (Quality Assurance Surveillance Plan - QASP): Outlines government's performance evaluation methods.
- Attachment 5 (Past Performance Questionnaire): Form for gathering past performance feedback.
Additional Notes
The NAICS Code is 621111. The Point of Contact is Daniel Vagts, Contract Officer, at daniel.vagts@va.gov or 651-293-3040.