ContractSolicitation

6525--JAN 2026 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)

DEPARTMENT OF VETERANS AFFAIRS 36A79726Q0008
Response Deadline
May 21, 2026
47 days left
Days Remaining
47
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the acquisition of high-tech medical equipment (HTME) with extended installation services, including turnkey services, under solicitation number 36A79726Q0008. This procurement aims to consolidate various medical imaging and treatment equipment across multiple VA Healthcare Networks, ensuring the delivery of advanced medical technology to support veteran care. The selected vendors will be responsible for providing equipment that meets specific technical requirements, as well as comprehensive installation and training services, with a focus on compliance with established standards and security protocols. Interested parties must submit their offers by May 20, 2026, with the goal of awarding contracts by October 14, 2026. For further inquiries, vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.

Classification Codes

NAICS Code
334517
Irradiation Apparatus Manufacturing
PSC Code
6525
IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY

Solicitation Documents

71 Files
JAN 2026 TKY Schedule of Requirements - Updated 3-6-26.xlsx
Excel14 KBMar 6, 2026
AI Summary
The document details a comprehensive list of equipment procurement orders across various VA Healthcare Networks (VISNs) and their respective stations. It outlines specific Purchase Orders (POs) for a wide range of medical equipment, including XR IR, RT LINAC, XR CT, XR RAD, XR RF, NM SPECT CT, XR MRI, XR CATH LAB, NM PETCT, and XR URO units. Each entry specifies the VISN, station location, equipment PO, TKY PO, and the quantity of each equipment type, which consistently appears to be one unit per listed PO. The file serves as a record of equipment acquisitions, likely for federal grants or RFP responses, highlighting the distribution and types of medical imaging and treatment devices being obtained by VA facilities nationwide.
Pre-Solicitation Notice - JAN 2026 TKY Only Consolidation.pdf
PDF231 KBMar 6, 2026
AI Summary
The JAN 2026 Consolidation is an upcoming solicitation for High Tech Medical Equipment (HTME) with Extended Installation Services, including Turnkey Services. This opportunity is open only to companies with existing contracts with the VA National Acquisition Center or Defense Logistics Agency. The solicitation outlines a detailed schedule from January 2026 to October 2026, culminating in the award of delivery orders. All vendor communications during the solicitation phase must be coordinated through the NAC Consolidation Coordinator, Michael Kuchyak. During the evaluation phase, NAC Contracting Officers will manage communications, ensuring fairness and equal opportunity for all vendors. The process emphasizes strict communication protocols to maintain the integrity of the selection process and avoid delays.
36A79726Q0008.docx
Word14 KBMar 6, 2026
AI Summary
The Department of Veterans Affairs (VA) National Acquisition Center has issued a Presolicitation Notice (Solicitation Number: 36A79726Q0008) for a January 2026 Consolidation project. This project, titled 'HTME with Extended Installation Services (includes Turnkey Services)', involves product service code 6525 and NAICS code 334517. The response deadline is May 20, 2026, at 11:59 PM Central Time, Chicago, USA. The point of contact for this solicitation is Contracting Officer Michael Kuchyak at michael.kuchyak@va.gov. Additional documents, including the 'Pre-Solicitation Notice - JAN 2026 TKY Only Consolidation' and 'JAN 2026 TKY Schedule of Requirements - Updated 3-6-26', are attached to the notice.
Memorandum for Training.pdf
PDF64 KBMar 11, 2026
AI Summary
This memorandum outlines the updated NAC process for training on delivery orders, effective from the FEB 16 consolidation. Key changes include awarding applications training with equipment purchases and removing off-site training from delivery order awards. Customers are now required to submit training requests at the time of need, providing the names of attendees and course dates. HTME will process these requests as modifications to the delivery order, with only the tuition cost included. Travel expenses will be managed at the facility level, and a completion certificate must be submitted for vendor payment. This streamlines the training request and payment process within government procurement.
NAC Turnkey Rubric - 2 Mar 2026.pdf
PDF187 KBMar 11, 2026
AI Summary
This document, "Rubric for HTME Turnkey Review," published March 6, 2026, defines allowable and disallowed work items for turnkey installations of high-tech medical equipment (HTME) within the VA/DLA HTME contracts (Solicitation No. SPE2D1-15-R-0001). The Equipment Lifecycle Management (ELCM) office, in collaboration with subject matter experts, evaluates all HTME turnkey Statements of Work (SOWs) against this rubric to determine segregable and non-segregable work. Segregable work is construction physically and functionally separate from other contract work, while non-segregable work is merged and not easily separated. The rubric outlines specific criteria that render an SOW segregable, such as repurposing facility space, installing a different imaging modality, or duplicating work from a separate project. It also details non-segregable and segregable items across various construction divisions, including general requirements, existing conditions, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, special construction, fire suppression, plumbing, HVAC, electrical, and communications. The document provides clear definitions for terms like "equipment suite," "sub-rooms," and "interior/exterior walls." The purpose is to ensure proper classification and execution of HTME turnkey projects within the federal government contracting framework.
VA Directive 6550 - New Appendix A - published Jun. 2023.docx
Word51 KBMar 11, 2026
AI Summary
VA Directive 6550 Appendix A outlines crucial requirements for procuring network-connected medical devices and those storing sensitive information, especially within federal government RFPs. It mandates detailed data on equipment, manufacturers, and software versions, alongside comprehensive security assessments. The directive prohibits devices with unsupported operating systems or non-FIPS 140-2/140-3 compliant wireless connections. It requires an existing Enterprise Risk Analysis (ERA) for devices, with new ERAs for major software updates. The document also details requirements for automated patching, hardening guides, logging mechanisms, database support, antivirus compatibility, endpoint management, two-factor authentication, VA domain integration, data encryption, and post-quantum cryptography. It also addresses sensitive data storage, external cloud connectivity, and network specifications like IP addresses and IPv6 support. Finally, it specifies criteria for EHRM-approved Cerner interfaces and mandates proper submittal and approval processes by Biomedical Engineering, Area Managers, and Information Systems Security Officers.
Vendor Workup Spreadsheet - 36A79726Q0008.xlsx
Excel188 KBMar 11, 2026
AI Summary
The document is a comprehensive template for equipment quotes and extended installation/turnkey services, likely used within government RFPs or grants. It details sections for itemized equipment lists, including short descriptions, quantities, list prices, net prices, and extended prices with various discount percentages and surcharges. The template also includes a dedicated section for trade-in information, specifying manufacturer, model, and serial number, alongside total list and net costs. A significant portion is allocated to extended installation and turnkey services, categorized by construction divisions (e.g., concrete, masonry, electrical, mechanical), with space for descriptions and prices. The document concludes with a vendor workup summary, consolidating financial details for both equipment and services, including net sub-totals, surcharges, and net customer totals. This standardized form is designed to provide a structured approach for contractors to submit detailed cost breakdowns for government projects, ensuring transparency and comprehensive pricing.
695B68003 - XR CATH LAB VAMC MILWAUKEE WI_Tech Spec.pdf
PDF308 KBMar 11, 2026
AI Summary
The Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin, requires a single-plane Electrophysiology (EP) Cardiovascular Radiographic Fluoroscopy (R/F) System to replace an existing biplane system. This new system will primarily support Electrophysiology applications, including ablations and device implantations, and serve as a backup for catheterization lab procedures. Key technical specifications include a minimum 400 lbs patient table load, 3.5-7.5 fluoroscopy frames per second, a 58-inch exam room display, and a 28x28 cm to 32x32 cm detector size. The system must also be single-plane, non-floor mounted with gantry park capability, a floating tabletop, and various advanced imaging and control features like rotational angiography, pulsed fluoroscopy, and dose reduction software. Security requirements emphasize an OEM-supported operating system, DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging, Siemens Syngo Dynamics, GE Altix/ComboLab/MacLab, and Bayer Radimetrics. The RFP mandates on-site clinical training for 8 technologists and 8 physicians, a one-year warranty, remote diagnostic capabilities, and service/operator manuals. Preferred added-value offerings include additional warranty years and biomedical engineering training. The VA offers a Siemens Artis Q.Zen system for trade-in.
646B52002 - XR URO VAMC PITTSBURGH PA_Compliance Matrix.xlsx
Excel25 KBMar 11, 2026
AI Summary
The VA Pittsburgh Healthcare System requires a Urological Radiographic/Fluoroscopic (R/F) system for its Surgical Services department to enhance clinical treatment and diagnosis during urological procedures. The system must meet specific technical requirements, including a minimum 16x16 inch detector, 75 kW generator, and a patient load capacity of 625 lbs. It needs advanced features like a tilting urological table, motorized tabletop movement, dual articulating monitors, and corrosion-resistant surfaces. Connectivity specifications mandate OEM-supported operating systems, encrypted hard drives, and PACS compatibility with Philips IntelliSpace and VA VistA Imaging, along with secure wireless connectivity. Training requirements include on-site clinical applications training for technologists, nurses, and physicians, with continuing education credits for technologists. Biomedical technician training is also required, with off-site training available as an optional item. Service requirements specify VPN/remote access for diagnostics during and after the warranty period. Vendors are encouraged to offer added value such as extended warranties and post-warranty remote diagnostic service programs. Required documentation includes pre-procurement forms, service/operator manuals, product brochures, and security certifications. The minimum warranty is one year, covering parts, labor, and preventative maintenance.
646B52002 - XR URO VAMC PITTSBURGH PA_Tech Spec.pdf
PDF367 KBMar 11, 2026
AI Summary
The VA Pittsburgh Healthcare System is seeking a Urological Radiographic/Fluoroscopic (R/F) system to enhance surgical procedures. The system requires extended/turnkey installation and must meet specific technical requirements, including a minimum 16x16 inch detector, 75 kW generator, and specialized table features like Trendelenburg tilt and motorized movement. Additional specifications include dual articulating monitors, a third control room monitor, video input for scopes, and corrosion-resistant surfaces. Security and connectivity requirements mandate an OEM-supported OS, DICOM compatibility, wireless connectivity with FIPS 140-2/3 compliance, encrypted hard drive, and PACS compatibility with Philips IntelliSpace and VA VistA Imaging. Training requirements include on-site clinical applications training for technologists, nurses, and physicians, with CME credits for technologists. Biomedical technician training is optional. Service requirements include VPN/remote access, two copies each of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Preferred added value includes an extended warranty and post-warranty remote diagnostics. No trade-in units are available.
655B60002 - XR RF VAMC SAGINAW MI_Compliance Matrix.xlsx
Excel31 KBMar 11, 2026
AI Summary
The Aleda E. Lutz VAMC in Saginaw, MI, is seeking to replace its current Rad/Fluoroscopy system with a multi-purpose Radiographic / Fluoroscopic (R/F) system. The new system must support routine fluoroscopy and various radiography examinations. Key technical requirements include specific digital detector configurations for wall and table detectors (17x17 inches, fixed), minimum load capacity, pixel specifications, and image preview/cycle times. Physical specifications detail generator power (minimum 90kW), kVp/mA ranges, field of view, and imaging tower movements. Additional features required are a high-frequency generator with automatic dose control, continuous and pulsed fluoroscopy modes, overhead tube mount, dual focal spots (0.6/1.2), automated image capture, and various safety and operational controls. The request also specifies automatic stitching capabilities, detailed table requirements including load capacity and tilt ranges, and workstation features such as monitor size and hard drive memory. Software must include bone suppression and rapid image display, while security measures mandate OEM-supported operating systems, encrypted hard drives, and PACS compatibility. Training for clinical staff and biomedical technicians, along with comprehensive service requirements including VPN/remote access and documentation, are also outlined. The VAMC is offering a GE Healthcare Precision 500D system for trade-in. Preferred, but not mandatory, added value specifications include extended warranty and components from the same manufacturer and country of origin.
655B60002 - XR RF VAMC SAGINAW MI_Tech Spec.pdf
PDF383 KBMar 11, 2026
AI Summary
The Aleda E. Lutz VAMC Imaging Department seeks to replace its current Rad/Fluoroscopy system with a new multi-purpose Radiographic/Fluoroscopic (R/F) system, necessitating extended/turnkey installation services. The technical requirements include specific configurations for wall, table, and additional wireless digital detectors, detailing minimum sizes, weights, and image specifications. The system must also meet rigorous physical specifications for generator power, kVp/mA ranges, field of view, imaging tower movements, and spatial resolution. Additional requirements cover features like automatic dose rate control, continuous and pulsed fluoroscopy modes, dual focal spots, automated image capture, patient alignment, and a UPS for system functionality during power outages. Automatic stitching capabilities, detailed table specifications (including load capacity and tilt), and workstation requirements for control room and in-room monitors are also outlined. Software needs include bone suppression, repeat rate tracking, rapid image display, and dose reduction. Security and connectivity mandate OEM-supported OS, DICOM compatibility, encrypted hard drives, PACS integration, and wireless connectivity. Training is required for 9 technologists, with optional biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings like extended warranty and same-manufacturer components are preferred. Trade-in of a GE Healthcare Precision 500D system is available.
657B60003 - RT LINAC VAMC ST LOUIS MO_Compliance Matrix.xlsx
Excel26 KBMar 11, 2026
AI Summary
The VA Saint Louis Health Care System is seeking proposals for a Linear Accelerator (Linac) Radiotherapy System to replace an outdated unit. The RFP details extensive technical requirements including multi-photon energies, gantry types, X-ray field sizes, minimum leaf size, patient support, and various treatment modalities like IMRT and IGRT. Image guidance, portal dosimetry, and additional specifications such as patient identity verification and integrated patient monitoring are also required. Workstation and security/connectivity requirements, including PACS compatibility and encrypted hard drives, are specified. The proposal mandates on-site clinical training for technologists, physicians, and medical physicists, with off-site biomedical technician training available as an option. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value offerings like extended warranties and backup connections for various systems are encouraged. The VA has an existing Accuray Inc. TomoHDA Linac available for trade-in. Vendors must submit a completed pre-procurement assessment form, product brochures, technical specification sheets, and support information.
657B60003 - RT LINAC VAMC ST LOUIS MO_Tech Spec.pdf
PDF346 KBMar 11, 2026
AI Summary
The VA Saint Louis Health Care System requires a replacement Linear Accelerator (RT LINAC) due to its age and outdated technology, which has caused downtime and interrupted patient care. The new system needs multi-photon energies of 6 MV, a ring gantry, and specific X-ray field size ranges (0.5cm x 40cm and 40cm x 40cm maximum for multileaf). Key treatment modalities include RapidArc VMAT, IGRT, on-couch adaptive treatment, and IMRT. Image guidance features like Cone beam CT and CBCT Metal Artifact Reduction are essential. Workstation requirements include 30-inch monitors and 1 GB hard drives for both delivery and planning. The system must support OEM-supported operating systems, DICOM standards, and encrypted hard drives, with PACS compatibility (VA VistA Imaging and Aria) and FIPS 140-2/140-3 compliant wireless connectivity. Training for 10 technologists, 10 physicians, and 5 medical physicists is required, with CME credits for technologists. The vendor must provide remote diagnostic services via VPN, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. Preferred but not required additions include extended warranty, a long-range plan, and backup connections for Radiation Oncology EMR, Treatment Planning, and QA devices. The VA has no trade-in units, but a TomoHDA system (serial 0210614) is available for potential trade-in.
663B63003 - NM SPECT CT VAMC PUGET SOUND WA_Compliance Matrix.xlsx
Excel29 KBMar 11, 2026
AI Summary
The Puget Sound VAMC requires a replacement Computed Tomography (CT)/Single Photon Emission Computed Tomography (SPECT) system, including turnkey installation services. The new system must support all traditional SPECT/CT studies with a 64-slice CT for faster scans and better image resolution. Turnkey services include removal, reinstallation, and certification of the existing ceiling lift, floor replacement, lighting updates, and new control room casework. Technical specifications cover physical unit dimensions, collimator requirements, and advanced features like diagnostic CT, dual detectors, and iterative reconstruction. The RFP also details workstation and software specifications, including advanced applications for cardiology, oncology, and neurology. Training for technologists and physicians, a one-year warranty, and VPN/remote access for diagnostics are mandatory. Vendors must provide specific documentation, and two existing systems are available for trade-in.
663B63003 - NM SPECT CT VAMC PUGET SOUND WA_Tech Spec.pdf
PDF320 KBMar 11, 2026
AI Summary
The Puget Sound VAMC requires a replacement Computed Tomography (CT)/Single Photon Emission Computed Tomography (SPECT) system with turnkey installation services. The new system must support traditional SPECT/CT studies, feature a 64-slice CT for faster scans and better resolution, and include complete installation, removal, reinstallation, and certification of the existing ceiling lift, updated flooring, lighting, and control room casework. Technical specifications detail requirements for unit physical specifications (e.g., 64 reconstructed slices, 50cm scan field of view, 0.8s CT rotation time, 70cm gantry aperture), collimators (minimum two of each type: low-energy high-resolution, medium-energy general-purpose, high-energy general-purpose, low-energy super/ultra-high-resolution), and various additional components like a diagnostic CT type, dual detectors, and advanced imaging features. Workstation and software requirements are extensive, covering acquisition and processing, advanced applications (e.g., whole body SPECT, advanced nuclear cardiology), and security/connectivity for PACS and dose tracking systems. Training for technologists and physicians is mandatory, with options for biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty. Added value specifications, though not required, are preferred, such as additional warranty years and multi-focal collimators. The project also involves trade-in of existing Philips Precedence 16 (non-operational) and Siemens Intevo 6 (operational) systems.
663B63004 - XR RAD VAMC SEATTLE WA_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Puget Sound VAMC requires a replacement digital radiography system for general radiography exams. The project includes turnkey installation services, encompassing site preparation, HVAC, plumbing, electrical needs, and structural analysis if necessary. The system must meet specific technical requirements for wall and table detectors, generator output, physical specifications like resolution and image display time, and patient table load capacity. Additional features such as a high-frequency generator, protective covers, charging stations, and various holders are mandated. Workstation and software requirements include monitor size, hard drive capacity, and specific image processing capabilities like stitching and bone suppression. The system must also be compatible with VA VistA Imaging and Carestream PACS, and integrate with Radimetrics for dose tracking. Training requirements involve on-site clinical and biomedical technician training, with off-site training available as an option. Service requirements include VPN/remote access for diagnostics during and after the warranty period. Preferred added values include extended warranties, post-warranty remote diagnostic programs, and long-range platform plans. Vendors must submit comprehensive documentation, including pre-procurement forms, security statements, product brochures, manuals, and technical specifications. A FujiFilm FDR D-EVO II system is available for trade-in.
663B63004 - XR RAD VAMC SEATTLE WA_Tech Spec.pdf
PDF338 KBMar 11, 2026
AI Summary
The Puget Sound VA is seeking to replace an existing digital radiography room at the Puget Sound VAMC, Building 100, Room 2D106. The project requires turnkey installation services, including site preparation, HVAC, plumbing, electrical, and structural support if needed. Key technical requirements include wireless 17x17 inch wall and table detectors (max 10 lbs each), an 80 kW, 3-phase generator (50-150 kV), and a patient table with a 550 lbs static load capacity. Additional specifications include a high-frequency generator, protective detector covers, charging stations, and various advanced features like automatic tube crane and stitching capabilities. Workstation requirements specify 19-inch monitors, 240 GB hard drives, and UPS for both acquisition and processing workstations. Software needs include stitching, bone suppression, image processing algorithms, dose reduction, and repeat rate tracking. Security and connectivity demand an OEM-supported OS, DICOM compliance, encrypted hard drives, and compatibility with VA VistA Imaging, Carestream, and Radimetrics. Training includes on-site clinical applications for 6 technologists with CME credits and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Added value offerings like extended warranties and long-range platform plans are preferred. The project also involves the trade-in of an operational Fujifilm FDR D-EVO II system.
664B60033 - XR CT VAMC SAN DIEGO CA_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The Department of Veterans Affairs Healthcare System in San Diego, California, is seeking to upgrade its Computed Tomography (CT) scanning systems. The current CT unit is nearing the end of its service life, necessitating replacement by January 2025 to ensure continuous high-quality patient care and safety. The Request for Proposal (RFP) outlines comprehensive technical requirements for the new CT scanner, covering physical specifications such as gantry aperture, detector width, scan field of view, and slice acquisition capabilities. It also details additional specifications like dose display, ECG functionality, and gantry tilt. Workstation requirements include minimum monitor and hard drive sizes, as well as the ability to operate the system from both the control room and exam room. The RFP also specifies advanced applications such as CT Fluoroscopy, CT Perfusion, and Cardiac CT. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, and compatibility with existing hospital systems like PACS and various injectors. Training requirements include on-site clinical applications training for technologists and physicians, with provisions for continuing education credits. Service requirements detail VPN/remote access for diagnostics and the provision of operator and service manuals. The VA also encourages vendors to offer added value such as extended warranties and post-warranty remote diagnostic programs. Furthermore, the RFP includes a trade-in section for existing Siemens Healthcare Inc. CT equipment and various workstations and injectors, with the expectation that any credits for these trade-ins will be reflected in the proposal.
664B60033 - XR CT VAMC SAN DIEGO CA_Tech Spec.pdf
PDF312 KBMar 11, 2026
AI Summary
The Veterans Affairs Healthcare System in San Diego (VA San Diego 664) requires a critical upgrade of its Computed Tomography (CT) unit, which is nearing the end of its service life. The replacement, scheduled for January 2025, includes necessary utility upgrades to ensure uninterrupted, high-quality patient care and improved functionality for veterans. The requirement specifies detailed technical aspects for the new CT system, including physical dimensions, imaging capabilities such as a minimum of 96 slices and an 82 cm gantry aperture, and advanced applications like CT fluoroscopy and cardiac imaging. Workstation requirements include a minimum 24-inch monitor and substantial hard drive space, with UPS for both acquisition and processing workstations. Security and connectivity mandate an OEM-supported operating system, DICOM compliance, encrypted hard drives, PACS compatibility, and integration with existing VA systems like AGFA Dose Tracking and Philips Ultrasound. Training requirements include on-site clinical application training for technologists and physicians, and continuing education credits for technologists. The contract also covers a one-year manufacturer's warranty, service manuals, and remote diagnostic services. The VA offers specific trade-in equipment, including a Siemens SOMATOM FORCE CT system and various workstations and injectors.
668B63000 - NM SPECT CT VAMC SPOKANE WA_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The government file outlines a requirement for a replacement Computed Tomography (CT)/Single Photon Emission Emission Computed Tomography (SPECT) scanning system at the Mann-Grandstaff VAMC in Spokane, WA. The new system must support traditional SPECT/CT studies with a 64-slice CT for faster scans and better image resolution. The project includes turnkey installation services, encompassing removal of the existing system, reinstallation and certification of the ceiling lift, replacement of the existing floor, and updated casework in the control room. Key technical specifications include a minimum 64 reconstructed slices, a 50 cm scan field of view, and a 0.35s maximum CT rotation time. The request also details comprehensive collimator, workstation, advanced application, software, and security/connectivity requirements, emphasizing diagnostic CT, dual detectors, iterative reconstruction, and PACS compatibility. Training for technologists and physicians, as well as biomedical technician training, is mandatory. The file also specifies warranty, service, and documentation requirements, including trade-in of an operational Siemens Symbia Intevo 6. The overarching goal is to acquire a modern, high-performance SPECT/CT system with full installation and support services.
668B63000 - NM SPECT CT VAMC SPOKANE WA_Tech Spec.pdf
PDF314 KBMar 11, 2026
AI Summary
This document outlines the requirements for replacing an existing SPECT/CT system at the Mann-Grandstaff VAMC in Spokane, WA. The new system must be a 64-slice CT capable of supporting all traditional SPECT/CT studies, with turnkey installation services including removal of the old system, reinstallation/certification of the existing ceiling lift, replacement of flooring, and updated control room casework. Technical specifications include a minimum of 64 reconstructed slices, a 50cm scan field of view, a maximum CT rotation time of 0.35s, and a 70cm gantry aperture. Collimator requirements include a minimum of two low-energy high-resolution, two medium-energy general-purpose, two high-energy general-purpose, and one pinhole. The system must also include diagnostic CT, dual detectors, various phantoms, and a ceiling-mounted contrast injector. Workstation specifications include a minimum 19-inch monitor for both acquisition and processing, with UPS backup for at least 10 minutes. Advanced applications like whole-body SPECT and cardiac SPECT/CT are required. Software requirements cover nuclear medicine diagnostic, SPECT/CT fusion, cardiac, and iterative reconstruction applications. Security and connectivity mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging, Carestream, Radimetrics, and TeraRecon. Training for 8 technologists and 5 physicians is required, along with optional biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Added value offerings like extended warranty and post-warranty remote diagnostics are preferred. The proposal also requires various forms, brochures, and technical specifications. A Siemens Symbia Intevo 6 (SN 2331) is available for trade-in.
691B60048 - XR CT VAMC LOS ANGELES CA_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The West Los Angeles VA Medical Center seeks to replace its aging CT scanner, essential for maintaining patient care quality across various diagnostic applications, including cardiac, lung, gastrointestinal, fluoroscopy, and biopsies. The new system must meet stringent technical specifications, including a minimum of 192 slices, an 80 cm gantry aperture, and advanced features like photon counting detectors and dual-energy imaging. Workstation requirements specify independent operation of the table, gantry, and CT fluoroscopy, along with robust hardware for acquisition and processing. The RFP also outlines extensive training for technologists and physicians, comprehensive service requirements including remote diagnostics and a one-year warranty, and specific security and connectivity standards. Vendors are encouraged to propose added value such as extended warranties and faster rotation times, and the VA offers existing equipment for trade-in.
691B60048 - XR CT VAMC LOS ANGELES CA_Tech Spec.pdf
PDF380 KBMar 11, 2026
AI Summary
The West Los Angeles VA Medical Center seeks to replace its aging CT scanner, essential for various diagnostic applications including cardiac, lung, gastrointestinal, fluoroscopy, and biopsies. The new system requires a minimum of 192 slices, an 80cm gantry aperture, and a 96mm detector width. Key technical specifications include independent operation of the table, gantry, and CT fluoroscopy, dual-energy imaging, and the ability to display CTDIvol and DLP doses. Workstation requirements include a 23-inch monitor and 1000GB hard drive for the acquisition workstation, and a 23-inch monitor for the processing workstation, both with UPS. Advanced applications such as CT fluoroscopy, perfusion, cardiac, lung CAD, and colonoscopy are required. The system must also meet security standards like OEM-supported OS, DICOM compliance, encrypted hard drives, and PACS compatibility. Training includes on-site clinical applications for technologists and physicians, with CME credits for technologists, and optional off-site biomedical technician training. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty. Optional added values include extended warranty, post-warranty remote diagnostics, and a needle guidance system. The RFP also includes trade-in details for existing Siemens and Medrad equipment.
692B63002 - XR RAD VAMC WHITE CITY OR_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The White City VAMC is replacing its Digital Radiographic (DR) room in Building 201, Room 107B, requiring a turnkey installation including de-installation, re-installation, and certification of the patient lift. The request specifies a fixed 17x17 wall detector and a wireless 14x17 table detector, with detailed technical requirements for generator output, spatial resolution, pixel size, and image display time. Additional specifications cover high-frequency generators, protective covers, charging stations, and various tube and table mounts. Workstation requirements include minimum monitor and hard drive sizes, along with UPS for acquisition and processing workstations. Software needs encompass stitching, bone suppression, and dose reduction capabilities, while security demands OEM-supported operating systems, encrypted hard drives, and PACS compatibility. The RFP outlines clinical training for technologists, an optional biomedical technician training, and service requirements such as VPN/remote access, operator/service manuals, and a one-year warranty. Added value offerings and specific documentation like product brochures and technical specification sheets are also requested. The VA also offers a Philips Digital Diagnost system for trade-in.
692B63002 - XR RAD VAMC WHITE CITY OR_Tech Spec.pdf
PDF351 KBMar 11, 2026
AI Summary
The White City VAMC is seeking a contractor for a turnkey installation of a new digital radiographic system in Bldg 201 Rm 107B. The project includes de-installation and re-installation of a patient lift. Key technical requirements for the system include fixed wall and wireless table detectors (minimum 17x17 and 14x17 inches respectively), an 80kW, 3-phase generator, specific physical dimensions, and various additional features like a high-frequency generator, protective covers, and automatic parameter selection. Workstation requirements specify minimum 19-inch monitors and 500GB hard drives, with UPS for acquisition and processing. Software must include stitching, bone suppression, dose reduction, and repeat rate tracking. Security mandates an OEM-supported OS, DICOM compliance, encrypted hard drives, and PACS compatibility (Oracle Health CAMM and Carestream), with Radimetrics integration. Training involves on-site clinical applications for technologists (with CME credits) and optional off-site biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty. Added value considerations include extended warranty and a post-warranty remote diagnostic service program. The project also involves trade-in of an existing Philips Digital Diagnost system.
695B68003 - XR CATH LAB VAMC MILWAUKEE WI_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin, is seeking a single-plane Electrophysiology (EP) Cardiovascular Radiographic Fluoroscopy (R/F) System to replace its existing biplane system. The new system will be used for EP applications and serve as a backup for the Catheterization laboratory R/F system, supporting various ablation, device implantation, and catheterization lab procedures. The Request for Proposal (RFP) outlines detailed technical requirements, including unit physical specifications, additional features like single-plane configuration, floating tabletop, pulsed fluoroscopy, and dose reduction software. Security and connectivity requirements specify OEM-supported operating systems, encrypted hard drives, and PACS/hemodynamics compatibility. Training requirements include on-site clinical applications training for technologists and physicians, with continuing education credits for technologists. Service requirements mandate VPN/remote access, operator and service manuals, and a minimum one-year warranty. Vendors are encouraged to offer added value such as extended warranties and post-warranty diagnostic programs. The VA also has a Siemens Artis Q.Zen system available for trade-in.
640B64047 - XR RF VAMC PALO ALTO CA_Tech Spec.pdf
PDF403 KBMar 11, 2026
AI Summary
The VA Palo Alto Healthcare System is seeking a replacement Radiographic/Fluoroscopic (R/F) system for its GI Service to support ERCP procedures. The required system must have a 17'' x 17'' fixed table detector, an 80 kW generator, and fit within a 219in x 174in x 108in room with a 45in x 76in doorway. Key features include a floor-mounted tube, lead curtain shielding, dual exposure footswitch, UPS for 10 minutes of full functionality, +90° to -30° tilting, and two 21-inch ceiling-mounted in-room monitors. The table must have a 660lbs static and 550lbs dynamic load capacity, a maximum lowest height of 36 inches, and a minimum width of 38 inches, with tableside controls and specific accessories. Workstation and software requirements include a 21-inch monitor, UPS, and dose calculation/reporting in DICOM SR format. Migration of existing studies, project management, and technical resources are essential. Security and connectivity requirements include an OEM-supported OS, latest DICOM features, encrypted hard drive, and compatibility with VA VistA Imaging, Philips PACS, and PACSHealth Dose Tracking System. Training includes on-site and off-site clinical applications training for technologists with CME credits, and biomedical technician training. Service requirements cover VPN/remote access, two copies each of operator and service manuals, and a one-year warranty including PMs. Preferred added values include an extended warranty, post-warranty remote diagnostic service, and a version/platform long-range plan. The VA also requires various documentation and offers a GE Healthcare PRECISION 500D system (serial 91169033, operational since 2009) for trade-in.
578B58006 - XR MRI VAMC HINES IL_Compliance Matrix.xlsx
Excel29 KBMar 11, 2026
AI Summary
The Edward Hines Jr. VA Medical Center is seeking to procure a replacement 1.5T Magnetic Resonance Imaging (MRI) system for its Radiology Department. The new MRI will replace a 16-year-old Siemens Magnetom Espree and is intended for various medical diagnostics, treatment planning, and monitoring, including orthopedic, vascular, neuro, cardiac, and oncology applications. The RFP specifies detailed technical requirements, including a minimum bore width of 70 cm, a minimum slew rate of 125 T/m/s, and a maximum system weight of 12,000 lbs. It also outlines specific needs for the patient table, additional features like compressed sense and helium save technology, workstation specifications, and a comprehensive list of required coils. Furthermore, the RFP mandates safety systems, advanced applications, security and connectivity features, clinical and biomedical technician training, and service requirements including remote diagnostics and comprehensive manuals. Vendors are encouraged to offer added value such as extended warranties and specific device compatibilities, and a Siemens Magnetom Espree is available for trade-in. The deadline for vendors to submit their compliance matrix is March 5, 2026.
578B58006 - XR MRI VAMC HINES IL_Tech Specs.pdf
PDF325 KBMar 11, 2026
AI Summary
The Edward Hines Jr. VA Medical Center requires a replacement 1.5T MRI system to update its 16-year-old Siemens Magnetom Espree. The new MRI will support increased patient care, projecting a 4% rise from the 9,182 patients seen in 2023. Key technical specifications include a 1.5T magnetic field strength, minimum 70cm bore width, and 204 channels. The system needs a detachable, motorized table with a 550lbs capacity. Advanced features like compressed sense, motion correction, helium save technology, and a UPS for 15 minutes of full functionality are mandatory. The request also details coil and workstation requirements, extensive safety protocols including an oxygen monitor and fire suppression, and advanced applications for neuro, ortho, body, and cardiac imaging. Training for technologists and physicians, a one-year warranty, and VPN/remote access for diagnostics are also stipulated.
578B68002 - XR RAD VAMC HINES IL_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Edward Hines Jr. VA Hospital (station 578) is requesting a replacement GE Discovery 656 X-ray system for its Diagnostic Radiology department. This federal RFP outlines comprehensive technical, software, security, training, and service requirements for the new digital radiographic system. Key technical specifications include fixed wall and table detectors (14x17in), additional wireless detectors (10x12in, max 8.4lbs), a 50 kW generator, and specific physical unit dimensions. Software must support stitching, bone suppression, and dose reduction. Security requires an OEM-supported OS, encrypted hard drives, and PACS compatibility (VA VistA Imaging, ChangeHealthcare PACS, GE DEI). The vendor must provide clinical training for 15 technologists, biomedical technician training, and remote diagnostic services. Additional value offerings like extended warranties and 24-hour FSE support are encouraged. The hospital also has a GE Healthcare Discovery XR656 X-ray (EE/Asset Number 101309) available for trade-in.
578B68002 - XR RAD VAMC HINES IL_Tech Spec.pdf
PDF307 KBMar 11, 2026
AI Summary
Edward Hines, Jr. VA Hospital (station 578) seeks a GE Discovery 656 X-ray system to replace end-of-life equipment in its Diagnostic Radiology department. This federal RFP outlines comprehensive technical requirements, including fixed wall and table detectors (14x17 in minimum), ten additional wireless detectors (10x12 in minimum, max 8.4 lbs), and a 50 kW, 3-phase generator (40-150 kV). The system must support advanced features like high-frequency generation, automatic dose rate control, various mobile and tube mount options, dual energy imaging, and linear tomography. Workstation requirements include 23.8-inch monitors, 1 TB hard drives, and UPS for both acquisition and processing units. Software needs cover stitching, bone suppression, dose reduction, and repeat rate tracking. Connectivity mandates include DICOM support, encrypted hard drives, and compatibility with VA VistA Imaging and ChangeHealthcare PACS. Training for 15 technologists and biomedical technicians, a one-year warranty with PMs, and remote diagnostic services are required. The hospital offers a GE Healthcare Discovery XR656 (asset 101309) for trade-in. Added value considerations include extended warranties and 24-hour FSE support.
578B68004 - XR RAD VAMC HINES IL_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Edward Hines Jr. VA Hospital seeks to replace its Philips X-ray system with a new digital radiographic system, enhancing diagnostic efficiency and accuracy for veterans. The Request for Proposal (RFP) details comprehensive technical requirements for the system, including detector configurations (fixed wall and table, additional wireless), generator specifications (minimum output, voltage range, mA exposure), and physical unit specifications (spatial resolution, pixel size, table load capacity, wall stand bucky tilt). The RFP also outlines essential additional features, such as automatic dose rate control, protective covers for wireless detectors, various holders, tube mount options, bucky tracking, and automatic tube crane capabilities. Workstation and software requirements specify monitor sizes, hard drive capacity, processing workstations, and advanced imaging functionalities like stitching, bone suppression, and dose reduction. Security and connectivity requirements mandate OEM-supported operating systems, encrypted hard drives, PACS compatibility, integration with dose tracking systems, and wireless connectivity. Training requirements include on-site clinical applications training for technologists with CME credits and optional off-site biomedical technician training. Service requirements emphasize VPN/remote access for diagnostics and detailed documentation like service and operator manuals. Added value offerings for extended warranty, post-warranty remote diagnostic services, and long-range plans are encouraged. The VA also offers a Philips Digital Diagnost X-ray system (Model 100131, Serial 15001185) for trade-in. Vendors must adhere to a strict compliance matrix, providing detailed responses and supporting documentation for all specifications.
578B68004 - XR RAD VAMC HINES IL_Tech Spec.pdf
PDF317 KBMar 11, 2026
AI Summary
The Edward Hines Jr VA Hospital's Diagnostic Radiology department is seeking to replace its current Philips X-ray system with a new Digital Radiographic System. The Request for Proposal (RFP) outlines extensive technical requirements, including specific digital detector configurations (fixed wall and table, plus one wireless detector), detailed unit physical specifications (e.g., 50 kW generator, 40-150 kV voltage range, 882 lbs static patient table load), and additional features like high-frequency generators, automatic dose rate control, and dual energy imaging. The system also requires robust workstation and software capabilities, including a minimum 23.8-inch monitor, 1TB hard drive, stitching, bone suppression, and dose reduction. Security and connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, PACS integration with Change Healthcare, and FIPS 140-2/140-3 compliant wireless connectivity. The RFP also specifies comprehensive training for 15 technologists (on-site and follow-up with CMEs) and optional off-site biomedical technician training. Service requirements include VPN/remote access for diagnostics, provision of operator and service manuals, and a minimum one-year warranty covering all parts and labor. Preferred added-value offerings include extended warranties and 24-hour Field Service Engineer (FSE) support. The facility also has a Philips Digital Diagnost X-ray system available for trade-in.
578B68008 - XR CT VAMC HINES IL_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Edwards Hines Jr. VA Hospital's Radiology Service Line is seeking to replace its existing CT scanner with new equipment to enhance diagnostic imaging capabilities and patient care. The Request for Proposal (RFP) outlines extensive technical requirements for the new CT scanner, including specifications for physical unit, advanced applications like CT Fluoroscopy and Cardiac CT, workstation requirements, and security/connectivity features such as Windows 11 OS and PACS compatibility. The RFP also details mandatory training for 15 technologists and 10 physicians, covering both on-site and off-site clinical applications, as well as biomedical technician training. Service requirements include VPN/remote access for diagnostics and the provision of operator and service manuals. Vendors are encouraged to offer added value such as extended warranties and faster rotation times. The hospital also has a GE Revolution EVO CT scanner available for trade-in. This comprehensive RFP aims to secure a cutting-edge CT system to improve medical imaging services for veterans.
578B68008 - XR CT VAMC HINES IL_Tech Specs.pdf
PDF301 KBMar 11, 2026
AI Summary
The Edwards Hines Jr. VA Hospital's Radiology Service Line is seeking to replace its existing CT scanner with a new Computed Tomography (XR CT) scanning system. The primary goal is to enhance diagnostic imaging, improve patient care, and support various clinical procedures, including orthopedic and vascular applications. The hospital requires a system with specific technical specifications, including a minimum of 512 slices, an 80 cm gantry aperture, and a 675 lbs patient table load capacity. Key additional features include independent operation of table, gantry, and CT fluoroscopy, Dual Energy Imaging, dose display capabilities, iterative reconstruction, and advanced applications like CT Fluoroscopy and CT Cardiac. The system must also meet security and connectivity requirements, including Windows 11 OS, DICOM compliance, encrypted hard drives, and PACS integration. The RFP details extensive training requirements for both technologists and physicians, as well as biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a minimum one-year warranty with all parts and labor. The hospital also encourages proposals for added value features such as extended warranty and faster rotation times. The project includes the trade-in of an operational GE Revolution EVO CT scanner.
605B60047 - XR RAD VAMC LOMA LINDA CA_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The VA Loma Linda Healthcare System, Imaging Service Ambulatory Care Center, seeks to replace its end-of-life Digital Diagnostics Radiographic system with a modern, versatile system. The new system must feature image stitching, advanced automation, motorized components, wireless detectors, and be technologist-friendly. Key technical requirements include fixed 17x17 and wireless 14x17 detectors, an additional wireless detector, specific generator output and voltage ranges, and maximum dimensions to fit an existing 16’x6’ room. Additional specifications cover high-frequency generators, protective covers, charging stations, various holders, overhead tube mounts, bucky tracking, and automatic tube crane options. Workstation requirements specify a minimum 21-inch monitor and a 750GB hard drive with UPS. Software must support stitching, bone suppression, multiple image processing algorithms, dose reduction, auto-positioning, dose reporting, modality worklist, smart grid, and long-length imaging. Security and connectivity requirements include an OEM-supported OS, encrypted hard drive, and PACS compatibility with VA VistA Imaging and AGFA EI. Training requirements involve on-site clinical applications for technologists (with CME credits) and biomedical technician training. Added value offerings for service, warranty, and training are encouraged, including additional warranty years, remote diagnostic services, and long-range platform plans. The vendor must provide VPN/remote access capabilities, operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. The current Carestream DRX Evolution system (operational, installed 06/24/2016) is available for trade-in. Vendors are also required to submit specific documentation, including pre-procurement forms, MDS2, FIPS certification, product brochures, technical specifications, typical drawings, and support information.
605B60047 - XR RAD VAMC LOMA LINDA CA_Tech Spec.pdf
PDF313 KBMar 11, 2026
AI Summary
The VA Loma Linda Healthcare System's Imaging Service Ambulatory Care Center requires a replacement digital radiographic system. The new system must be a versatile, advanced, and motorized images stitching system with wireless detector technology to fit in an existing 16'x6' room with minimal construction. Key technical requirements include specific detector sizes and weights, an 80kW generator, 800lb static table load capacity, and various automated features. Workstation and software specifications demand a 21-inch touchscreen, 750GB hard drive, stitching capabilities, bone suppression, and dose reduction. The system must be PACS compatible with VA VistA Imaging and AGFA EI, and integrate with AGFA Dose Monitoring System. Training for technologists and biomedical technicians, a one-year warranty, and options for remote diagnostics are also required. A Carestream DRX Evolution (EE/Asset Number 67259) is available for trade-in.
607B60011 - XR RF VAMC MADISON WI_Compliance Matrix.xlsx
Excel29 KBMar 11, 2026
AI Summary
The William S. Middleton Memorial VA Medical Center in Madison, WI, is seeking a Radiographic/Fluoroscopic (R/F) System for its Radiology department, specifically for GI and GU procedures. The RFP outlines detailed technical specifications for the system, including a wireless 17x17 table detector, a minimum 65 kW generator, and specific kVp/mA ranges for radiography and fluoroscopy. Additional requirements include a high-frequency generator with automatic dose rate control, continuous and pulsed fluoroscopy modes, and an overhead tube mount. The table must have a minimum patient load capacity of 400 lbs (dynamic) and a tilt range of -20 to 90 degrees. Workstation requirements specify a minimum 19-inch monitor for both the control room and in-room. Software needs include bone suppression, rapid image display, and image enhancement. Security and connectivity mandate an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging and Optum, along with Radimetrics integration. The RFP also details extensive training requirements for technologists and biomedical technicians, service requirements including remote diagnostics and manuals, and preferred added-value offerings such as extended warranty and Cerner CareAware MultiMedia compatibility. A Siemens Medical System Axiom Luminos Agile is listed for trade-in. Vendors must adhere to a strict compliance matrix format.
607B60011 - XR RF VAMC MADISON WI_Tech Spec.pdf
PDF409 KBMar 11, 2026
AI Summary
The William S. Middleton Memorial VA Medical Center in Madison, WI, requires Digital Radiographic Fluoroscopy equipment for its Radiology service, specifically for GI and GU procedures. The request specifies a wireless 17x17 inch table detector with a maximum weight of 7.28 lbs. Technical requirements include a 65 kW generator, 40-150 kVp radiographic range, 40-125 kVp fluoroscopy range, and various physical and imaging specifications. Additional features like a high-frequency generator, automatic dose rate control, overhead tube mount, and a bariatric table with specific movement controls are mandatory. Workstation requirements include 19-inch monitors and 2TB hard drive memory, with software needing bone suppression, repeat rate tracking, rapid image display, and dose reduction capabilities. The system must also be PACS compatible (VA VistA Imaging and Optum) and FIPS 140-2/140-3 compliant for wireless connectivity. Training for 10 technologists, including on-site and off-site sessions with CME credits, is required, along with biomedical technician training. A one-year warranty, operator/service manuals, and VPN/remote access for diagnostics are also stipulated. Added value includes extended warranty, post-warranty remote diagnostics, and Cerner CareAware MultiMedia compatibility. A Siemens Medical System Axiom Luminos Agile (Asset #48251, Serial #61100) is available for trade-in.
607B60013 - XR CATH LAB VAMC MADISON WI_Compliance Matrix.xlsx
Excel26 KBMar 11, 2026
AI Summary
This government file is an RFP from the William S. Middleton Memorial VA Medical Center in Madison, WI, seeking proposals for Radiographic/Fluoroscopic (R/F) Cardiovascular Systems. The VA is looking to replace its aging Cath Lab, which supports various cardiac care, including minimally invasive diagnostics and treatments for heart conditions and electrophysiology procedures. The RFP details extensive technical requirements for the R/F system, including physical specifications (e.g., gantry depth, rotation ranges, table height, patient load capacity), X-ray generator and tube specifications, and workstation requirements (monitors, storage). It also specifies additional features like single-plane, ceiling-mounted PA gantry, pulsed fluoroscopy, digital detector, dose reduction software, and a UPS for power outages. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, PACS compatibility (VA VistA Imaging, OPTUM), and integration with Dose Tracking System (Radimetrics). Training requirements cover on-site clinical applications training for technologists and physicians, and biomedical technician training, with off-site training as an optional item. Service requirements mandate a one-year warranty, remote diagnostic service, and provision of operator and service manuals. Vendors are encouraged to propose added value offerings beyond the minimum requirements, such as extended warranty or post-warranty remote diagnostic programs. The RFP also includes requirements for vendor documentation like a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, and technical specification sheets. Finally, it details a trade-in for an existing Philips Healthcare Allura Xper FD10/10 system, with the vendor accepting it "as is."
607B60013 - XR CATH LAB VAMC MADISON WI_Tech Spec.pdf
PDF323 KBMar 11, 2026
AI Summary
The William S. Middleton Memorial VA Medical Center in Madison, WI, seeks to replace its aging Cath Lab with a new Radiographic/Fluoroscopic (R/F) Cardiovascular (XR CATH LAB) System. This system will support various cardiac care, including minimally invasive procedures, assessments, and act as an electrophysiology lab. The project requires extended/turnkey installation services. Technical specifications include detailed gantry, table, X-ray generator, and workstation requirements, alongside additional features like single-plane configuration, ceiling-mounted PA gantry, pulsed fluoroscopy, and dose reduction software. Security and connectivity requirements emphasize OEM-supported operating systems, DICOM compatibility, encrypted hard drives, and integration with VA VistA Imaging, OPTUM, and Radimetrics. Training requirements involve on-site clinical applications training for 6 technologists and 6 physicians, with continuing education credits for technologists. Biomedical technician training information is also required as an optional item. Service requirements include VPN/remote access, provision of operator and service manuals, and a minimum one-year warranty covering parts, labor, and PMs. Added value offerings like additional warranty years and Cerner CareAware MultiMedia compatibility are encouraged. The VA also has a Philips Healthcare Allura Xper FD10/10 system available for trade-in.
613B61003 - NM PETCT VAMC MARTINSBURG WV_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Martinsburg VAMC is seeking proposals for a Computed Tomography (CT)/Positron Emission Tomography (PET) scanning system to replace an aging unit in its Nuclear Medicine department. The new system must meet specific technical requirements, including a minimum of 32 CT slices, a 70 cm gantry aperture, and a 80 cm PET detector diameter. It also requires digital detectors, LYSO or LSO crystal material, and various software applications such as dose reduction and metal artifact reduction. The solicitation details extensive training requirements for both clinical staff and biomedical technicians, along with service requirements for VPN/remote access, operator/service manuals, and a one-year warranty. Vendors are encouraged to propose added value options like additional warranty years and post-warranty remote diagnostic programs. The project also involves the trade-in of an operational GE Healthcare Discovery 710 system.
613B61003 - NM PETCT VAMC MARTINSBURG WV_Tech Spec.pdf
PDF366 KBMar 11, 2026
AI Summary
The Martinsburg VAMC seeks a new PET/CT system for its Nuclear Medicine department, replacing an outdated unit to provide comprehensive scanning services for oncology, neurology, and cardiology. The system requires extended/turnkey installation at 510 Butler Avenue, Martinsburg WV, specifically in room 1C110-500-613. Technical specifications include a minimum of 32 CT slices, a 70 cm gantry aperture, and a 500 lbs patient table load capacity. The system must feature a digital detector, LYSO or LSO crystal material, Time of Flight PET with list mode reconstruction, 4D and ECG cardiac gating, and a UPS for 5 minutes of full functionality. Required accessories include QA/QC phantom kits, dose reduction software, tumor tracking, and cardiac quantitative software. Workstations need a minimum 28-inch monitor and 500 GB hard drive, with at least one processing and two reading workstations. Security demands OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging, Change Healthcare Enterprise Imaging, and PHS DoseMonitor. Clinical training for 4 technologists and 3 physicians is mandatory, with continuing education credits. Biomedical technician training is optional. A one-year warranty with remote diagnostics and service manuals is required, with optional additional warranty and remote diagnostic services. The VAMC also has a GE Healthcare USA Discovery 710 PET/CT system available for trade-in.
619B62002 - XR RF VAMC MONTGOMERY AL_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The Central Alabama Veterans Healthcare System in Montgomery, AL, is soliciting proposals for a like-for-like replacement of its Radiographic / Fluoroscopic (R/F) system at the MVAC facility. The RFP details extensive technical requirements for the new system, including digital detector configuration (wireless wall and table detectors), generator power (minimum 80 kW), kVp ranges for radiography (40-150 kVp) and fluoroscopy (40-125 kVp), SID range, and heat unit for X-ray tubes. Additional specifications cover a high-frequency generator, overhead tube mount, dual focal spots, automated image capture, and various ergonomic and safety features. The system must also meet specific automatic stitching, table, workstation, and software requirements, including rapid image display, repeat rate tracking, and advanced image processing. Security and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, and PACS compatibility with VA VistA Imaging and Philips VuePACS, along with wireless connectivity to the VA network (FIPS 140-2/3 compliant). The RFP also outlines mandatory clinical and biomedical technician training, a minimum one-year warranty, and the availability of the existing Siemens Healthcare Axiom Luminos Agile Max system for trade-in.
619B62002 - XR RF VAMC MONTGOMERY AL_Tech Spec.pdf
PDF315 KBMar 11, 2026
AI Summary
This document outlines the requirements for a like-for-like replacement of a Radiographic/Fluoroscopic (R/F) system at the Central Alabama Montgomery VA Clinic. Key technical specifications include wireless wall and table detectors, an 80 kW generator, a 40-150 kVp radiographic range, and a 40-125 kVp fluoroscopy range. Additional features such as automatic dose rate control, overhead tube mount, dual focal spots, and automated image capture are required. The system must support automatic stitching with specific height and tilt capabilities, and the table needs bariatric support, full articulation, and auto-centering. Workstation requirements include 20-inch monitors, 1 TB hard drive, and touchscreen acquisition. Software must track repeat rates, provide rapid image display, support stitching, and offer dose reduction features. Security and connectivity demand OEM-supported OS, DICOM compliance, encrypted hard drives, PACS compatibility, and FIPS-compliant wireless connectivity. Training includes on-site clinical applications for technologists with CME credits and optional biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty with PMs. Added value considerations include extended warranty and post-warranty remote diagnostic services. Specific documentation and trade-in of a Siemens Healthcare Axiom Luminos Agile Max system are also detailed.
640B64047 - XR RF VAMC PALO ALTO CA_Compliance Matrix.xlsx
Excel26 KBMar 11, 2026
AI Summary
The VA Palo Alto Healthcare System seeks to replace its aging Radiographic/Fluoroscopic (R/F) system for the GI Service, essential for ERCP procedures. The new system requires extended installation, a fixed 17''x17'' table detector, an 80kW generator, and a 32''-50'' SID range, fitting within a 219''x174''x108'' room with a 45''x76'' doorway. Key features include a floor-mounted tube, lead curtain shielding, a dual exposure footswitch, +90° to -30° tilting, two ceiling-mounted 21-inch monitors, and a maximum table height of 36 inches with a 660lbs static load capacity. The system must have dose calculation software, support migration of existing studies, and be PACS compatible (VA VistA Imaging, Philips) with encrypted hard drives. Training includes on-site and off-site clinical applications for technologists, and biomedical technician training. Service requirements cover VPN/remote access, operator/service manuals, and a one-year warranty. Added value considerations include extended warranty and a post-warranty remote diagnostic program. The current GE Healthcare PRECISION 500D system is available for trade-in.
556B61003 - XR RAD VAMC NORTH CHICAGO IL_Tech Spec.pdf
PDF421 KBMar 11, 2026
AI Summary
The Lovell Federal Health Care Center / North Chicago VA requires a replacement digital radiographic X-ray system for the Ortho department. The new system must include fixed and wireless 14x17 inch detectors, a 40 kW generator, and a 400 lbs static patient table capacity. Key features include a high-frequency generator, overhead tube mount, bucky tracking, and in-room protocol adjustment. Software requirements specify stitching and dose reduction capabilities, while security demands an OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging, Change Healthcare/Optum, and Bayer Radimetrics. Training for 15 technologists is required, including on-site and follow-up sessions with CME credits, accommodating different shifts. Biomedical technician training is optional. Service includes VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering parts, labor, and PMs. Added value considerations include an extended warranty and Cerner CareAware MultiMedia compatibility. A Philips Digital Diagnost 4.1 system is available for trade-in.
460B68004 - XR IR VAMC WILMINGTON DE_Compliance Matrix.xlsx
Excel26 KBMar 11, 2026
AI Summary
The document outlines a federal government Request for Proposal (RFP) for Radiographic/Fluoroscopic (R/F) Angio-Interventional Systems to replace the current vascular imaging system at the Wilmington, Delaware VAMC. The RFP details extensive technical, software, security, connectivity, training, and service requirements. Key specifications include a minimum detector size of 47.2 x 36.0 cm, a 350 lbs patient table load, and various advanced software capabilities like 3D imaging and digital subtraction angiography. The system must be floor-mounted, single-plane, and include features such as an integrated system shielding, post-processing workstation with 3D capability, and a contrast injector. Training requirements involve on-site clinical applications training for technologists with CME credits and biomedical technician training. Service requirements emphasize VPN/remote access capabilities and a minimum one-year warranty. The RFP also includes preferred added-value offerings like extended warranties and a trade-in option for a PHILIPS HEALTHCARE NORTH AMERICA ALLURA XPER FD20 system.
460B68004 - XR IR VAMC WILMINGTON DE_Tech Spec.pdf
PDF287 KBMar 11, 2026
AI Summary
The Wilmington, Delaware VAMC requires a replacement Radiographic/Fluoroscopic (R/F) Angio-Interventional system to support vascular surgeons. The project includes extended/turnkey installation services for Room 2143, Building 1. Technical specifications include a minimum detector size of 47.2 x 36.0 cm, a 30 cm image intensifier, a 350 lbs patient table load capacity, and a 27-inch monitor. The system must be floor-mounted, single-plane, and include a table with an armrest, memory foam mattress, integrated shielding, expanded memory operator console, 3D post-processing, and UPS for both the system and workstation. Software requirements include repeat rate tracking, cone beam/3D imaging, digital subtraction angiography, stenosis measurement, vessel analysis/mapping, image fusion, and ultrasound-aided needle positioning. Security features mandate an OEM-supported OS, DICOM compatibility, encrypted hard drive, and PACS compatibility with VA VistA Imaging, Philips PACS, and AGFA PACSHealth. Clinical training for five technologists, including CME credits and shift accommodation, is required, along with off-site biomedical technical training. Service requirements include VPN/remote access, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Additional warranty and post-warranty remote diagnostics are preferred. The current PHILIPS HEALTHCARE NORTH AMERICA ALLURA XPER FD20 system (Serial 000974) is available for trade-in.
506B60010 - RT LINAC VAMC ANN ARBOR MI_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, seeks a replacement linear accelerator with advanced on-board imaging. This procurement aims to replace an aging system to ensure uninterrupted, high-quality cancer treatment for veterans, maintaining existing modalities like static photon beam therapy, volumetric modulated arc therapy, electron therapy, and intensity-modulated radiotherapy. The technical requirements include specific multi-photon and electron energies, C-Arm gantry type, and various field sizes. The system must support treatment modalities such as conventional radiotherapy, SRS, SBRT, and standard electron treatment, along with comprehensive image guidance features including Cone beam CT and 4D Cone beam CT. Additional specifications include auto-positioning, respiratory gating, and high-dose rate modes. Workstation, security, and connectivity requirements emphasize OEM-supported operating systems, encrypted hard drives, and integration with VA VistA Imaging and Varian Aria/Eclipse. Training for technologists and medical physicists is mandatory, along with detailed service requirements covering VPN/remote access, operator and service manuals, and a one-year warranty. The facility also encourages added value offerings like extended warranties and specific backup connections for various systems. A Varian TrueBeam model, serial number 1314, installed in 2012, is available for trade-in.
506B60010 - RT LINAC VAMC ANN ARBOR MI_Tech Spec.pdf
PDF296 KBMar 11, 2026
AI Summary
The LTC Charles S. Kettles VA Medical Center's Department of Radiation Oncology is requesting a replacement linear accelerator (Linac) with advanced on-board imaging. This is due to the aging status of their current equipment and aims to ensure uninterrupted, high-quality cancer treatment for veterans, including the expansion of their SRS program. Key technical requirements include multi-photon and electron energies, a C-Arm gantry, a 6D patient support system, and various treatment modalities like SRS and SBRT. The new Linac must also have advanced image guidance, additional specifications like beam matching to the existing Linac, and robust security/connectivity features. Training for clinical staff and biomedical technicians, along with a minimum one-year warranty and remote access for service, are mandatory. The VA also encourages vendors to offer added-value features such as extended warranties and specific quality assurance devices. A Varian TrueBeam Model 1314 is available for trade-in.
521B62001 - XR CT VAMC BIRMINGHAM AL_Compliance Matrix.xlsx
Excel26 KBMar 11, 2026
AI Summary
The Birmingham VA Health Care System is seeking a Computed Tomography (CT) scanning system for the Radiology department at the Huntsville Clinic. The CT scanner must be capable of scanning adults and obese patients, suitable for trauma and emergency department imaging, and meet specific technical requirements. Key technical specifications include a minimum of 64 slices acquired simultaneously, a 78cm gantry aperture, and a 192mm detector width. The system must also support advanced applications such as CT Perfusion, CT Cardiac, and Lung CAD. Training requirements involve on-site and off-site clinical applications training for technologists and physicians, and biomedical technician training. Service requirements include VPN/remote access, operator and service manuals, and a one-year warranty covering all parts and labor. The procurement also includes provisions for trade-in equipment, with a GE Healthcare REVOLUTION HD CT scanner currently operational and available.
521B62001 - XR CT VAMC BIRMINGHAM AL_Tech Spec.pdf
PDF291 KBMar 11, 2026
AI Summary
The Birmingham VA Health Care System requires a new Computed Tomography (CT) scanning system for the Radiology department at the Huntsville Clinic. The CT scanner must be capable of scanning adults and obese patients, suitable for trauma and emergency imaging, and include extended/turnkey installation services. Key technical specifications include a minimum of 64 slices, a 78cm gantry aperture, and a 650lbs patient table load capacity. Additional requirements encompass independent operation from the control room and during biopsy procedures, dual energy imaging, dose display capabilities, iterative reconstruction, ECG Coronary CCTA, and a UPS for the entire system. Workstation requirements include two processing workstations, each with a 24-inch monitor and 1000GB hard drive. Advanced applications like CT Perfusion, Cardiac, Lung CAD, and Colonoscopy are also mandatory. Security features include an OEM-supported operating system, DICOM compliance, encrypted hard drive, and PACS integration. Training is required for 5 technologists (on-site and off-site) and 2 physicians, with CME credits provided. Biomedical technician training information is also requested. Service requirements include VPN/remote access, two copies of operator and service manuals, and a one-year warranty covering all parts and labor. The VA also has a GE Healthcare REVOLUTION HD CT scanner available for trade-in.
528B64088 - XR IR VAMC SYRACUSE NY_Complanice Matrix.xlsx
Excel25 KBMar 11, 2026
AI Summary
The Syracuse VA Medical Center is soliciting proposals for a state-of-the-art Radiographic/Fluoroscopic (R/F) System for Angio-Interventional (XR IR) procedures. The system must meet detailed technical specifications, including a minimum detector size of 29 cm x 39 cm, a 48 cm image intensifier, and a patient table load capacity of 550 lbs. Key features required include extended/turnkey installation, ceiling-mounted and single-plane configuration, a table with armrests, memory foam mattress, integrated shielding, and an operator console with expanded memory. Software requirements include digital subtraction angiography, stenosis measurement, and vessel analysis. The system must have an OEM-supported operating system, encrypted hard drive, and PACS compatibility with VA VistA Imaging. Training for clinical applications and biomedical technicians is mandatory, along with a one-year warranty, VPN/remote access for diagnostics, and service/operator manuals. The RFP also details requirements for added value offerings, specific documentation, and a trade-in of an existing Siemens Artis Zee system.
528B64088 - XR IR VAMC SYRACUSE NY_Tech Spec.pdf
PDF297 KBMar 11, 2026
AI Summary
The Syracuse VA Medical Center seeks a state-of-the-art Radiographic/Fluoroscopic (R/F) System for Angio-Interventional (XR IR) procedures in its Interventional Radiology Department. The system requires extended/turnkey installation and must meet specific technical specifications, including a minimum detector size of 29 cm x 39 cm, a 550 lbs patient table load capacity, and ceiling-mounted, single-plane configuration. Key features include a memory foam mattress pad, integrated shielding, post-processing workstation with 3D capability, and UPS for maintaining full functionality for 20 minutes. Software requirements include repeat rate tracking, digital subtraction angiography, stenosis measurement, and image fusion capabilities. Security features mandate an OEM-supported operating system, DICOM compatibility, encrypted hard drive, and PACS compatibility with VA VistA Imaging. The acquisition includes comprehensive clinical training for technologists and detailed biomedical technician training. Service requirements cover VPN/remote access for diagnostics and provision of operator and service manuals. A one-year warranty covering parts, labor, and PMs is mandatory. The VA also encourages offerings for additional warranty years as added value. A Siemens Artis Zee system is available for trade-in. The vendor must provide specific documentation, including a pre-procurement assessment form, MDS2 form, FIPS certification, product brochures, technical specification sheets, typical drawings, and detailed technical training information.
531B63000 - XR RAD VAMC BOISE ID_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Boise VA Medical Center requires a replacement general-purpose digital radiographic system for its Diagnostic Radiology department. The system will be used for clinical diagnosis, primarily for chest and extremity work, without a table. Key requirements include a fixed 17x17-inch wall detector, an additional 14x17-inch wireless detector with IP67 rating, and a high-frequency generator. The system must have specific technical specifications for generator output, voltage range, radiographic mA exposure, spatial resolution, pixel size, and image display time. Additional features include a protective weight-bearing cover for the wireless detector, a charging station, grid attachments, a mobile holder, an overhead tube mount, bucky tracking, and automatic parameter selection. Workstation requirements specify minimum monitor and hard drive sizes, along with software for stitching, bone suppression, and dose reduction. The system must also be compatible with PACS (VA VistA Imaging and Carestream PACS) and integrate with Radimetrics for dose tracking. Training for six technologists is required, along with comprehensive service and operator manuals. The proposal encourages vendors to offer added value such as extended warranties, post-warranty remote diagnostic services, and long-range plans. Trade-in of an operational GE Healthcare DISCOVERY XR656 system is also part of the request.
531B63000 - XR RAD VAMC BOISE ID_Tech Spec.pdf
PDF299 KBMar 11, 2026
AI Summary
The Boise VA Medical Center requires a replacement general-purpose digital radiographic system for Diagnostic Radiology, primarily for chest and extremity work. The system needs a fixed 17x17 inch wall detector and one 14x17 inch wireless detector (max 6 lbs, IP67 rated). Key technical specifications include an 80 kW, 3-phase generator (40-150kV), 800 mA exposure at 100 kVp, and a maximum image display time of 6 seconds. Additional features include a high-frequency generator with automatic dose control, overhead tube mount, bucky tracking, and automatic parameter selection. Workstation requirements are a minimum 21-inch monitor and 1000 GB hard drive for both acquisition and processing. Software must support stitching, bone suppression, multiple image processing algorithms, dose reduction, and repeat rate tracking. Security mandates OEM-supported OS, DICOM compatibility, encrypted hard drive, and integration with VA VistA Imaging, Carestream PACS, and Radimetrics. Training includes on-site clinical applications for 6 technologists and detailed biomedical technician training. Service requirements cover VPN/remote access, operator and service manuals, and a one-year warranty with all parts and labor. Added value considerations include extended warranty and post-warranty remote diagnostics. Trade-in of a GE Healthcare DISCOVERY XR656 is also part of the requirement.
531B63002 - XR RF VAMC BOISE ID_Compliance Matrix.xlsx
Excel29 KBMar 11, 2026
AI Summary
This government Request for Proposal (RFP) from the Boise VAMC outlines the requirements for replacing an end-of-life general-purpose Radiographic/Fluoroscopic (R/F) system. The RFP details extensive technical specifications for the new system, including digital detector configuration (wireless wall, fixed table), physical specifications (generator power, kVp/mA ranges, field of view, spatial resolution), and numerous additional features like a high-frequency generator, automatic dose rate control, various fluoroscopy modes, and patient alignment systems. It also specifies requirements for automatic stitching, a bariatric-capable table with various movements, and workstations with specific monitor sizes and touchscreen capabilities. Software, security, and connectivity requirements are outlined, emphasizing DICOM compliance, PACS compatibility, and encrypted hard drives. The RFP mandates comprehensive clinical and biomedical technician training, a minimum one-year warranty with PMs, and options for remote diagnostic service. Vendors must provide specific documentation, including product brochures, technical specifications, and support information. The Boise VAMC also has a Shimadzu Sonialvision G4 system available for trade-in. The document underscores a focus on advanced imaging capabilities, patient safety, operational efficiency, and comprehensive vendor support.
531B63002 - XR RF VAMC BOISE ID_Tech Spec.pdf
PDF325 KBMar 11, 2026
AI Summary
The Boise VAMC requires a replacement general-purpose Radiographic/Fluoroscopic (R/F) system with turnkey installation. The system needs a wireless 14x17 inch wall detector (max 7 lbs) and a fixed 17x17 inch table detector. Technical specifications include a 60kW, 3-phase generator, 40-150 kVp radiographic range, and 40-125 kVp fluoroscopy range. It must feature automatic dose rate control, continuous and pulsed fluoroscopy, dual focal spots, and advanced imaging capabilities like automated image capture and stitching. The table must support 700 lbs static/550 lbs dynamic load with full articulation. Workstations require 20-inch monitors and UPS. Software must track repeat rates, offer rapid image display, and integrate with VA VistA Imaging and Carestream PACS. Training includes on-site clinical and optional off-site biomedical technician training. A one-year warranty, remote diagnostics, and service/operator manuals are mandatory. Trade-in of a Shimadzu Sonialvision G4 is available. Added value offerings like extended warranty are encouraged.
534B62006 - XR CT VAMC CHARLESTON SC_Compliance Matrix.xlsx
Excel27 KBMar 11, 2026
AI Summary
The Ralph H. Johnson VA Medical Center in Charleston, SC, is seeking a replacement CT scanner for its Savannah, GA CBOC Radiology department. The Request for Proposal (RFP) outlines comprehensive technical specifications for the CT scanner, including physical dimensions, imaging capabilities (e.g., 512 slices, 80cm gantry aperture, 0.3s rotation time), and advanced features like dual-energy imaging and metal artifact reduction. The project requires turnkey installation services and includes detailed requirements for workstations, advanced applications (CT Fluoroscopy, Calcium scoring), security, connectivity (PACS, Nexodose, TeraRecon integration), and extensive training for clinical and biomedical staff. The vendor must provide a one-year warranty, remote diagnostics, and various documentation. The VA also offers a Siemens Somatom Definition AS CT scanner and a Bayer Healthcare LLC STELLANT FLEX contrast injector for trade-in. Vendors are encouraged to propose added-value offerings for service, warranty, and training.
534B62006 - XR CT VAMC CHARLESTON SC_Tech Spec.pdf
PDF344 KBMar 11, 2026
AI Summary
The Ralph H. Johnson VA Medical Center is seeking a replacement Computed Tomography (CT) scanner for its Radiology department at the Savannah, GA CBOC. The procurement requires a turnkey installation of a 512-slice CT scanner with specific technical specifications including an 80cm gantry aperture, 650 lbs patient table load, and a 0.3s 360° rotation time. Additional requirements include dual energy imaging, dose display capabilities, iterative reconstruction, an ECG monitor, and a ceiling-mounted contrast injector. Workstation specifications include 24-inch monitors and 300GB hard drives. Advanced applications like CT fluoroscopy, calcium scoring, and lung CAD are mandatory. The system must meet security and connectivity standards, including DICOM compliance and integration with VA VistA Imaging and Nexodose. Training for technologists and biomedical technicians, a one-year warranty, and vendor remote diagnostic services are also required. The project includes trade-in of a Siemens Somatom Definition AS CT scanner and a Bayer Healthcare STELLANT FLEX contrast injector.
539B60019 - XR URO VAMC CINCINNATI OH_Compliance Matrix.xlsx
Excel25 KBMar 11, 2026
AI Summary
The Cincinnati VA Medical Center urgently requires a replacement Radiographic/Fluoroscopic (R/F) Urologic System to address frequent failures of its existing equipment in OR room C347. This Request for Proposal (RFP) outlines technical specifications, including motorized tabletop movement, fluoroscopic sequence storage and replay, last image hold, and dual monitors with an additional third monitor for the control area. The system must also feature a urological table with specific positioning capabilities, a minimum patient table load capacity, and various accessories like knee crutches and drain pans. Security and connectivity requirements include an OEM-supported operating system, encrypted hard drive, and compatibility with Philips IntelliSpace PACS, VA VistA Imaging, and Oracle/Cerner/Federal EHR. Training requirements cover on-site clinical applications training for technologists, nurses, and physicians, with continuing education credits for technologists. Biomedical technician training information is also required. Service requirements include VPN/remote access for diagnostics, two copies of operator and service manuals (electronic and physical), and a minimum one-year warranty covering parts, labor, and PMs. The RFP also encourages vendors to propose added-value offerings for warranty, service, and training that exceed minimum requirements. The current Siemens Healthcare Uroskop Omnia system is available for trade-in. Vendors must provide specific documentation, including a completed pre-procurement assessment form, product brochures, typical drawings, and technical specification sheets.
539B60019 - XR URO VAMC CINCINNATI OH_Tech Spec.pdf
PDF334 KBMar 11, 2026
AI Summary
The Cincinnati VA Medical Center's surgical service urgently requires a replacement urological surgical system due to high failure rates. The new stationary fluoroscopy and radiography system will provide diagnostic X-ray imaging, endourology, and therapy tools for minimally invasive procedures in OR room C347. This includes a patient table with a 595 lbs capacity, reverse-Trendelenburg tilt, motorized movement, and various controls via foot pedal and hand pendant. The system must also have dual articulating monitors, a third control area monitor, and specific accessories like knee crutches and arm boards. Security and connectivity requirements include an OEM-supported OS, latest DICOM features, encrypted hard drive, and compatibility with Philips IntelliSpace PACS, VA VistA Imaging, and Oracle/CERNER/Federal EHR. Training for 8 technologists/nurses and 5 physicians is required, with CME credits for technologists. Biomedical technician training is also necessary, quoted as an optional item for off-site provision. Service requirements include VPN/remote diagnostics, two copies of operator and service manuals (electronic and physical), and a one-year warranty covering parts, labor, and PMs. Added value considerations include an extended warranty, post-warranty remote diagnostics, version/platform long-range plan, Cerner CareAware MultiMedia Release 7 compatibility, greater detector size and generator power, Fowler and Trendelenburg table tilt, cable storage, integrated radiation shield, and a display monitor that raises/lowers with the table. The project also involves trade-in of an existing Siemens Healthcare Uroskop Omnia system (EE63306, Serial 3143), with the vendor accepting it "as is" even if sanitization compromises software. Required documentation includes a pre-procurement assessment form, MDS2 form, FIPS 140-2/3 certification, product brochures, technical specifications, typical drawings, and detailed support information.
556B60001 - NM SPECT CT VAMC NORTH CHICAGO IL_Compliance Matrix.xlsx
Excel28 KBMar 11, 2026
AI Summary
The North Chicago VA/Lovell FHCC requires a Computed Tomography (CT)/Single Photon Emission Computed Tomography (SPECT) scanning system for its Nuclear Medicine department. The RFP outlines detailed technical specifications for the unit, including a minimum scan field of view of 50 cm, a maximum CT rotation time of 0.5 seconds, and a minimum gantry aperture of 70 cm, with an energy range of 40-525 KeV. The system must accommodate various patient ambulatory capabilities and support a full range of Nuclear Medicine studies. Key requirements include non-diagnostic CT type, dual detector with variable angle, cephalic and caudal tilt, high-performance dual-head configuration, and iterative reconstruction for CTAC. The RFP also specifies detailed workstation and software requirements, emphasizing advanced nuclear cardiology, SPECT/CT fusion, and comprehensive image processing. Security and connectivity requirements include OEM-supported operating systems, encrypted hard drives, and compatibility with PACS (VA VistA Imaging and Change Healthcare/Optum) and Radimetrics Dose Tracking System. Training provisions cover on-site clinical applications for technologists and physicians, with continuing education credits. Biomedical technician training is also required, with off-site options. Vendors must provide comprehensive service programs, including remote diagnostics, and a minimum one-year warranty. Optional added value considerations include extended warranties and compatibility with Cerner CareAware MultiMedia (CAMM) Release 7. The solicitation also includes a trade-in option for an existing Siemens Healthcare Symbia S system.
556B60001 - NM SPECT CT VAMC NORTH CHICAGO IL_Tech Spec.pdf
PDF313 KBMar 11, 2026
AI Summary
The North Chicago VA requires a SPECT/CT scanner for its Nuclear Medicine department, capable of acquiring a full range of studies and accommodating various patient ambulatory needs. Key technical requirements include a minimum of 16 simultaneous slices, a 50 cm scan field of view, a 0.5-second CT rotation time, and a 70 cm gantry aperture, with a patient table load capacity of 500 lbs. The system must include specific collimator types (low, medium, and high-energy high-resolution), be a non-diagnostic CT type, feature dual detectors with variable angles, and include various hardware and software components like ECG/cardiac gating, multiple phantoms, and an uninterruptible power supply. Workstations require 19-inch monitors and 500 GB hard drives. Advanced applications such as whole-body SPECT and advanced nuclear cardiology SPECT/CT are mandatory. Software requirements cover diagnostic, fusion, processing, and cardiac applications, along with security features like DICOM compatibility, encrypted hard drives, and PACS integration. The solicitation also outlines extensive training for technologists and physicians, service requirements including remote diagnostics and manuals, and a minimum one-year warranty. Added value offerings like extended warranties and Cerner CAMM compatibility are preferred. Trade-in of an operational Siemens Symbia S is also included.
556B61003 - XR RAD VAMC NORTH CHICAGO IL_Compliance Matrix.xlsx
Excel25 KBMar 11, 2026
AI Summary
The Lovell Federal Health Care Center / North Chicago VA requires the replacement of its current X-ray system, which is nearing end-of-life and has an unsupported operating system. This Request for Proposal (RFP) seeks a new digital radiographic system to support patient care in the Ortho department for both Veteran and Active-Duty patients. The RFP outlines detailed technical requirements, including digital detector configuration (fixed wall, wireless table), unit physical specifications (generator output, voltage, spatial resolution, table load capacity), and additional features like a high-frequency generator, protective cover, charging station, overhead tube mount, bucky tracking, and a free-floating tabletop. The system must also meet specific workstation, software (stitching, dose reduction), security, and connectivity requirements, including PACS compatibility with VA VistA Imaging and Change Healthcare/Optum, and integration with Bayer Radimetrics Dose Tracking System. Training requirements include on-site clinical applications training for technologists with CME credits and technical training for biomedical staff. Service requirements include VPN/remote access for diagnostics and provision of operator and service manuals. Vendors are encouraged to offer added value such as extended warranties and preferred specifications like Cerner CareAware MultiMedia compatibility. The RFP also includes trade-in information for the existing Philips Digital Diagnost 4.1 system and requires specific documentation from vendors, including a pre-procurement assessment form, MDS2 form, product brochures, typical drawings, and support information.
JAN 2026 TKY Schedule of Requirements - Updated 3-11-26.xlsx
Excel15 KBMar 11, 2026
AI Summary
The provided document details a comprehensive list of equipment procurements for various VA Healthcare Networks across multiple VISNs (Veterans Integrated Service Networks). The procurements include a diverse range of medical imaging and treatment equipment such as XR IR, RT LINAC, XR CT, XR RAD, XR RF, XR URO, NM SPECT CT, XR MRI, XR CATH LAB, and NM PET CT units. Each entry specifies the VISN, station (city), equipment type, and associated purchase order (PO) numbers (Equip PO and TKY PO). Key VISNs involved include VISN 4 (VA Stars & Stripes Healthcare Network), VISN 10 (VA Healthcare System of Ohio), VISN 7 (VA Southeast Health Care Network), VISN 2 (VA Healthcare Network Upstate New York), VISN 20 (VA Northwest Network), VISN 12 (VA Great Lakes Health Care System), VISN 22 (VA Desert Pacific Healthcare Network), VISN 5 (VA Capitol Health Care Network), VISN 21 (VA Sierra Pacific Network), VISN 15 (VA Heartland Network), and VISN 16 (South Central VA Health Care Network). The document systematically lists equipment for facilities in locations such as Wilmington, DE; Ann Arbor, MI; Birmingham, AL; Syracuse, NY; Boise, ID; Charleston, SC; Cincinnati, OH; North Chicago, IL; Hines, IL; Loma Linda, CA; Madison, WI; Martinsburg, WV; Montgomery, AL; Palo Alto, CA; Pittsburgh, PA; Saginaw, MI; St. Louis, MO; Puget Sound, WA; Seattle, WA; San Diego, CA; Spokane, WA; Los Angeles, CA; White City, OR; Milwaukee, WI; and Little Rock, AR. The primary purpose of this file appears to be an inventory or record of capital equipment acquisitions, likely for budgeting, asset management, or tracking the deployment of advanced medical technology across the VA healthcare system.
JAN 2026 TKY Consolidation Schedule.pdf
PDF201 KBMar 11, 2026
AI Summary
The document outlines the JAN 2026 Consolidation - HTME with Extended Installation Services (includes Turnkey Services) Schedule, managed by Michael Kuchyak. This schedule details the critical milestones and estimated dates for the procurement process of medical equipment and associated turnkey services. Key dates include requirements submission by January 31, 2026, posting of pre-solicitation notices and requests for offers in March 2026, and vendor questions and NAC responses in April 2026. Equipment offers are due in May 2026, with customer evaluations by June 2026. Subsequent phases involve communication with selected vendors for site visits and turnkey scopes in July 2026, submission of turnkey offers in August 2026, and customer evaluations for turnkey services in September 2026. The goal is to award delivery orders by October 14, 2026. The document emphasizes that all dates are estimates and subject to change, providing a structured timeline for this government procurement initiative.
JAN 2026 Extended Install and Turnkey Consolidation RFO.pdf
PDF471 KBMar 11, 2026
AI Summary
RFO 36A79726Q0008, issued by the VA National Acquisition Center, solicits offers for high-tech medical equipment (HTME) with optional extended installation and turnkey services. The RFO is open only to vendors with existing contracts for specified equipment types with the VA National Acquisition Center or Defense Logistics Agency. Offers will be evaluated in three phases for HTME (rating, price analysis, selection) and two phases for extended installation/turnkey services (work statement compliance, price analysis). Key evaluation factors for HTME include the availability of required features and service, while installation services are judged on compliance with a rubric and contract requirements. Offers must adhere to strict formatting, submission via Box, and naming conventions for files and folders. Multi-unit discounts are encouraged. The deadline for offers is May 20, 2026, 11:59 PM CST, with a goal to award by October 14, 2026.
36A79726Q0008_1.docx
Word18 KBMar 11, 2026
AI Summary
This government solicitation, Standard Form 1449, is issued by the Department of Veterans Affairs, National Acquisition Center, for the acquisition of high-tech medical equipment with extended installation services, including turnkey services. The solicitation number is 36A79726Q0008, with an offer due date of May 20, 2026, at 11:59 PM CDT. The acquisition is unrestricted, with a NAICS code of 334517 and a size standard of 1200 employees. Key documents attached include the "JAN 2026 Extended Install and Turnkey Consolidation RFO" and various schedules and supporting files related to the acquisition. The solicitation incorporates FAR clauses 52.212-1 and 52.212-4 by reference, with 52.212-3 and 52.212-5 attached. The contract requires the contractor to sign and return copies to the issuing office, agreeing to furnish and deliver all items subject to the specified terms and conditions.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 6, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJun 20, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NAC HIGH TECH ORDERS (36A797)

Point of Contact

Contracting Officer
Michael J Kuchyak

Official Sources