W065--1.5T Mobile MRI Lease
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 Minneapolis VA Health Care System, is soliciting quotes for the lease of a 1.5 Tesla (T) Mobile MRI unit and associated services. This is a Firm Fixed-Price contract with an estimated value of $40 Million. The opportunity is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Quotes are due by 5:00 PM Central on March 20, 2026.
Scope of Work
The contractor will provide a 1.5T MRI system housed in a mobile coach, including all necessary software, hardware, accessories, and a full range of operational MRI coils (e.g., head, knee, spine, body array). Key requirements include:
- Providing a top-of-the-line 1.5T MRI scanner (Siemens Aera or equal) with the latest application suite.
- Constructing an enclosed shelter (approx. 10’ x 20’) to connect the MRI coach to the existing VA MRI walkway.
- Performing site planning, delivery, and removal of the mobile coach.
- Supplying cryogens, comprehensive service, and preventative maintenance, ensuring a minimum 90% equipment "up-time." Response times for corrective repairs are 30 minutes for call back, 24 hours for on-site presence, and 72 hours for resolution.
- Providing a programmable MR injector (Medrad Spectris Solaris or equal) and an MRI compatible Pulse Oximeter.
- Ensuring the mobile system can transmit data and voice via Government-provided CAT 5 or 6a cable, connecting to commercial PACS and EHR networks using DICOM 3 and HL7 standards.
- Offering on-site clinical applications training for technologists during go-live, along with remote diagnostics via VPN.
- Adhering to strict IT security requirements, VA policies, and compliance with federal, state, and local regulations (VA, Joint Commission, OSHA, NFPA).
Contract & Timeline
- Contract Type: Firm Fixed-Price (RFQ issued under FAR Part 12).
- Estimated Value: $40 Million.
- Period of Performance: Base period from April 15, 2026, to September 30, 2026, with four additional option years, potentially extending through April 14, 2031.
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a $40 Million size standard.
- Place of Performance: Minneapolis VA Health Care System, 1 Veterans Dr., Minneapolis, MN 55417.
Eligibility & Submission
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be registered and certified as an SDVOSB in the SBA certification database and registered in SAM.
- Site Visit: An optional site visit is scheduled for March 17, 2026, from 11:00 AM to 12:00 PM. Contact Julie Brown at 612-467-5176 or julie.brown@va.gov to attend.
- Technical Questions Due: Via email to Cameron.Rick@va.gov by 5:00 PM Central on March 17, 2026.
- Quotes Due: Via email to Cameron.Rick@va.gov by 5:00 PM Central on March 20, 2026.
Evaluation
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on evaluation factors including Technical, Past Performance, and Price. Attached documents provide details on electrical connections and MRI trailer location.