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 total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract will be a Firm Fixed-Price award. Quotes are due by March 20, 2026, at 5:00 PM Central time.
Scope of Work
The requirement includes the lease of one (1) 1.5T MRI mobile unit, such as a Siemens Aera or equivalent, housed in a climate-controlled mobile coach. Key deliverables and services include:
- Provision of a top-of-the-line 1.5T MRI scanner with a full range of clinical applications and operational MRI coils.
- Construction of an enclosed shelter (approx. 10’ x 20’) to connect the MRI coach to the existing VA MRI walkway.
- Site planning, delivery, installation, and removal of the mobile MRI coach.
- Provision of cryogens, service, and preventative maintenance for the MRI equipment, ensuring a minimum of 90% "up-time."
- Supply of a programmable MR injector system (e.g., Medrad Spectris Solaris or equal) and an MRI compatible Pulse Oximeter.
- On-site clinical applications training for technologists during go-live, along with training materials and equipment manuals.
- Data transmission capabilities via Government-provided CAT 5 or 6a cable, compatible with VA PACS and Electronic Health Record systems (HL7 and DICOM standards).
- A repair plan with a point of contact, on-site response within 30 minutes for service calls, and resolution within 72 hours for major issues.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: Base year from April 15, 2026, to September 30, 2026, with four (4) additional 12-month option years.
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a $40 million size standard.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Site Visit: March 17, 2026, from 11:00 AM - 12:00 PM. Contact Julie Brown at 612-467-5176 or julie.brown@va.gov to attend.
- Technical Questions Due: March 17, 2026, by 5:00 PM Central time, via email to Cameron.rick@va.gov.
- Quotes Due: March 20, 2026, by 5:00 PM Central time, via email to Cameron.rick@va.gov.
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.
Additional Notes
Offerors must be registered and current in the System for Award Management (SAM) database (sam.gov) and registered with the Small Business Administration (certifications.sba.gov) as an SDVOSB to be eligible for award. Attached documents provide visual details on the mobile MRI trailer location and electrical connections.