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 the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for Perfusion Services for the Minneapolis VA Health Care System. This is a Total Small Business Set-Aside opportunity. The contract will be a Firm Fixed-Price (FFP), with a base period from May 1, 2026, to April 30, 2027, and four (4) available option periods. Proposals are due by March 12, 2026, at 10 AM CST.
Scope of Work
The contractor will provide Board Certified Perfusionists for on-site, on-call, and call-back coverage at the Minneapolis VA Health Care System. Key personnel are required on-site 52 weeks per year, Monday-Friday, excluding Federal Holidays. Services must meet or exceed national standards established by the American Board of Cardiovascular Perfusion. Specific clinical responsibilities include cardiopulmonary bypass, cell saver, platelet gel production, pacer and intra-aortic balloon pump monitoring, extracorporeal support, and heart failure therapy. Administrative duties involve quality improvement meetings, staff meetings, and QA/QI documentation.
Contract & Timeline
- 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: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Q502 (Cardiology)
- Proposal Due: March 12, 2026, 10 AM CST
- Published Date: February 23, 2026
Evaluation
Proposals will be evaluated based on Technical Capability (Qualifications of Personnel, Experience, Clinical Skills, Management Capabilities), Past Performance, Veteran Preference, and Price. Technical Capability and Past Performance will be afforded primary emphasis. Offerors must provide proof of licenses, certifications, insurance, and background checks for personnel, along with completing required security and privacy training.
Key Attachments & Requirements
- D.5 Attachment 5 - Past Performance Questionnaire: Bidders' past performance will be assessed using this form, which gathers feedback from references. The completed survey is due by March 12, 2026.
- D.4 Attachment 4 - Quality Assurance Surveillance Plan (QASP): Outlines the government's methods for evaluating contractor performance, including performance standards, surveillance methods, and metrics. Bidders should understand these to tailor their proposals.
- D.3 Attachment 3 - Contractor Rules of Behavior: Details terms and conditions for accessing VA information assets, covering security, privacy, and acceptable use policies. Compliance is mandatory, and the signed document must be returned.
- D.2 Attachment 2 - Organizational Conflict of Interest (OCI): Requires bidders to disclose any actual or potential OCIs using Appendix A. Non-disclosure or misrepresentation can lead to disqualification or contract termination.
- D.1 Attachment 1 - Immigration and Nationality Act Requirement: Requires certification of compliance with immigration laws, particularly concerning foreign nationals working on VA contracts. Failure to comply may result in contract termination.
Proposals must be submitted electronically to daniel.vagts@va.gov. The solicitation includes numerous FAR and VAAR clauses.