Scope Leasing and Service Contract
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), Network Contracting Office 15 (NCO 15), has issued a Solicitation (36C25526R0074) for a VISN-wide Scope Leasing and Service Contract. This Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract aims to lease the latest endoscope technology and provide comprehensive maintenance services for VISN 15 facilities across Kansas, Missouri, and Illinois. Proposals are due May 5, 2026, at 11:00 AM CDT.
Scope of Work
This contract requires the lease of advanced endoscopes and peripheral equipment, including those with Artificial Intelligence (AI) capabilities and FDA approval. Equipment must be compatible with the VA's Endoscopic Information System (EIS), ProVation MD. Specific scope types include gastroscopes, colonoscopes, bronchoscopes, and ENT/Urology scopes. A comprehensive service and maintenance agreement is mandatory, covering full repair, prioritized 24-48 hour turnaround, and provision of loaner units.
Contract Details
- Contract Type: Firm Fixed Price, ID/IQ
- Ordering Period: Four (4) Years
- Estimated Value: $40 Million
- Period of Performance: April 1, 2026, to March 31, 2030
- Product Service Code (PSC): W065 (Lease Or Rental Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing)
- Size Standard: $40 Million
Set-Aside & Eligibility
This is an Unrestricted (Full and Open Competition) acquisition. Prospective contractors must be registered in SAM.gov. Veteran Owned Small Businesses (VOSB) and Service-Disabled Veteran Owned Small Businesses (SDVOSB) must be verified in SBA Dynamic Small Business Search. Non-OEM firms are required to submit an Authorized Distributor Letter with their quote. Annual representations and certifications must be completed electronically per FAR 4.203.
Submission & Evaluation
- Industry Day: An Industry Day is scheduled for April 22, 2026, at 3450 S. 4th Street Trafficway, Leavenworth, KS 66048, to showcase latest technology. Interested parties must respond by April 13, 2026.
- Questions Due: April 15, 2026, at 11:00 AM CDT. Submit questions via email to veronica.flores@va.gov and jessica.barton1@va.gov, referencing "RFP - 36C25526R0074".
- Proposal Due: May 5, 2026, at 11:00 AM CDT. Proposals must be submitted via email to the same addresses, with the same subject line reference.
- Evaluation Factors: Technical Acceptability, Past Performance, and Price. Technical and past performance are significantly more important than price.
- Attachments: Bidders must complete Attachment B (Price Schedule), which includes updated quantities for Topeka VAMC.
Important Notes
All RFP details, amendments, and answers to questions will be posted on SAM.gov. The Place of Performance includes multiple VISN 15 facilities across Kansas, Missouri, and Illinois.