W065--1.5T Mobile MRI Lease

SOL #: 36C26326Q0270Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Minneapolis, MN

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Lease Or Rental Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (W065)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 11, 2026
3
Response Deadline
Mar 5, 2026, 6:00 PM

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 Minneapolis VA Health Care System, has issued a Sources Sought Notice for 1.5T Mobile MRI Lease Services. This is market research to identify capable firms for providing a mobile MRI unit, including its setup, maintenance, and operational support. Responses are due by March 5, 2026, 12:00 PM Central Time.

Purpose

This Sources Sought is for planning purposes only, aiming to gather information from industry to determine appropriate acquisition strategies for leasing one (1) 1.5 Tesla (T) MRI mobile unit with a high-quality scanner and a full range of operational MRI coils.

Scope of Work

The requirement includes providing a 1.5T MRI system housed in a mobile coach, complete with all necessary software, hardware, accessories, and coils. Key aspects include:

  • System Provision: Top-of-the-line 1.5T MRI scanner with full clinical applications.
  • Site Integration: Constructing an enclosed shelter to connect the MRI coach to the existing walkway, compliant with state building codes and VA Engineering review. Site planning, delivery, and removal of the mobile coach.
  • Operational Support: Providing cryogens, service, and preventative maintenance. The mobile coach must be climate-controlled and equipped with a safety lift gate.
  • Ancillary Equipment: Provision of a programmable injector (Medrad Spectris or equal) and a Pulse Oximeter.
  • Performance: Maintaining a minimum of 90% equipment "up-time," with specific repair response times (2-hour on-site response, Field Engineer within 24 hours, resolution within 72 hours).
  • Connectivity: Ensuring the system can transmit data and voice via Government-provided CAT 5 or 6a cable, and connect to commercial PACS and Electronic Health Record networks using DICOM 3 standard.
  • Training & Documentation: On-site clinical applications training for technologists, training materials, equipment manuals, and remote diagnostics via VPN.
  • Compliance: Adherence to VA IT security requirements (data protection, encryption, virus scans), personnel background checks, and all federal, state, and local regulations.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Anticipated Duration: Base year of 12 months, with four additional 12-month option years.
  • Place of Performance: Minneapolis VA Health Care System, 1 Veterans Drive, Minneapolis, MN 55417.
  • NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing), size standard $40 million.
  • Set-Aside: While not a formal set-aside, small businesses (including SDVOSB and VOSB) must comply with Federal Acquisition Regulation Limitations on Subcontracting, requiring at least 50% of personnel costs to be expended by the prime contractor.
  • Response Due: March 5, 2026, 12:00 PM Central Time.
  • Published: February 26, 2026.

Submission Requirements

Interested firms must submit capability statements via email to cameron.rick@va.gov, including:

  • Organization name, UEI, address, POC email, website, and telephone number.
  • Detailed capability statement demonstrating expertise and ability to meet SOW requirements.
  • Brand and model of the MRI system offered.
  • Copies of authorization agreements with manufacturers.
  • For small businesses: Estimated percentage of services to be performed by the prime contractor versus subcontracted.
  • Indication if services can be ordered against existing government contracts (e.g., FSS, GSA).

Additional Notes

This is a Sources Sought Announcement only; no solicitation is currently available. The Government will not pay for information submitted and reserves the right to cancel this requirement.

People

Points of Contact

Cameron RickContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 5
Solicitation
Posted: Mar 11, 2026
View
Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3
Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 26, 2026
W065--1.5T Mobile MRI Lease | GovScope