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 a 1.5T Mobile MRI Lease. This is a Firm Fixed-Price contract issued as a Request for Quotes (RFQ) under FAR Part 12. The opportunity is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Quotes are due by March 20, 2026, at 5:00 PM Central time.
Scope of Work
The contractor will provide the lease of one (1) 1.5 Tesla (T) MRI mobile unit, including a high-quality scanner, full range of operational MRI coils, and associated services. Key requirements include:
- A 1.5T MRI system housed in a mobile coach with all necessary software, hardware, accessories, and coils.
- Construction of an enclosed shelter to connect the MRI coach to the existing walkway, compliant with state building codes.
- Site planning, delivery, and removal of the MRI mobile coach.
- Provision of cryogens, service, and preventative maintenance, ensuring a minimum 90% "up-time".
- A programmable injector (Medrad Spectris or equal) and a Pulse Oximeter.
- Data and voice transmission capabilities via Government-provided CAT 5 or 6a cable, connecting to commercial PACS and EHR networks using DICOM 3 standard.
- On-site clinical applications training for technologists during go-live.
- Compliance with all federal, state, and local regulations, including VA IT security requirements.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: Base period from April 15, 2026, to September 30, 2026, followed by four option years (Option 1: Oct 1, 2026 - Sep 30, 2027; Option 2: Oct 1, 2027 - Sep 30, 2028; Option 3: Oct 1, 2028 - Sep 30, 2029; Option 4: Oct 1, 2029 - Sep 30, 2030; Option 5: Oct 1, 2030 - Apr 14, 2031).
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a size standard of $40 million.
- Place of Performance: Minneapolis VA Health Care System, 1 Veterans Dr., Minneapolis, MN 55417.
Submission & Evaluation
- Quotes Due: March 20, 2026, by 5:00 PM Central time, via email to Cameron.rick@va.gov.
- Technical Questions Due: March 17, 2026, by 5:00 PM Central time, via email to Cameron.rick@va.gov. No telephonic questions will be accepted.
- Evaluation Factors: Technical, Past Performance, and Price. Award will be made to the responsible offeror whose offer is most advantageous to the Government.
Key Dates & Site Visit
- Site Visit: March 17, 2026, from 11:00 AM - 12:00 PM. Interested offerors should contact Julie Brown at 612-467-5176 or julie.brown@va.gov if they plan to attend. Meet at the outpatient entrance security desk.
- Published Date: March 10, 2026.
Eligibility
Prospective offerors must be registered and current in the System for Award Management (SAM) database (sam.gov) and registered with the Small Business Administration as an SDVOSB (certifications.sba.gov) to be eligible for award.
Attachments & Notes
Supporting documents include visual aids for the Mobile MRI Trailer Location and Electrical Connections, which are crucial for understanding site logistics and infrastructure requirements. An earlier Sources Sought notice (36C26326Q0270_1.docx) was issued for market research, but this solicitation (36C26326Q0270.docx) contains the current requirements.