J065--J065 | Laerdal Medical Corporation SMA for Lung Simulator & Manikin
ID: 36C26126Q0160Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking contractors to provide software solutions, preventive maintenance, and warranty services for its simulation training equipment, specifically one ALS 5000 Lung Simulator, three Laerdal ALS manikins, and one Laerdal 3G manikin. The objective is to enhance healthcare training tools, improve patient safety, and ensure operational efficiency through reliable service and maintenance plans, which include inspections, calibrations, and software updates. Interested contractors must submit their capability statements, including their socioeconomic status, legal name, Unique Entity ID, relevant experience, and a price estimate for the services, by email to Gary Christensen at gary.christensen@va.gov by November 14, 2025, at 1:00 PM PDT. The applicable NAICS code is 811210, with a small business size standard of $34 million.

    Point(s) of Contact
    Gary ChristensenContract Specialist
    (650) 493-5000
    gary.christensen@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO 21) issued a Sources Sought Notice (36C26126Q0160) for contractors to provide software solutions, preventive maintenance, and warranty services for Laerdal Medical Corporation lung simulators and manikins. This is a preliminary announcement, not a solicitation, seeking information to determine procurement strategy. The VA requires services for one ALS 5000 Lung Simulator, three Laerdal ALS manikins, and one Laerdal 3G manikin. The NAICS code is 811210 ($34.0 Million small business size standard). Interested contractors must submit capability statements via email to gary.christensen@va.gov by November 14, 2025, 1:00 PM PDT, including socioeconomic status, legal name, Unique Entity ID, point of contact, relevant experience, subcontracting plans, GSA contract number (if applicable), and a price estimate for specified items and services for a base year from January 1, 2026, to December 30, 2026.
    The VA Southern Nevada Healthcare System (VASNHS) seeks a partner to provide software solutions, preventive maintenance, and warranty services for its simulation training equipment. This includes one ALS 5000 Lung Simulator, three Laerdal ALS manikins, and one Laerdal 3G manikin. The goal is to optimize simulation tools for healthcare training, improve patient safety, and ensure operational efficiencies through reliable software updates and reduced equipment downtime. The scope of work involves a yearly warranty and service plan for the ASL 5000, including inspections, calibration, and part replacements. For the Laerdal manikins, the contractor will provide an on-site service plan with software updates, routine care, testing, and an extended warranty covering materials, manufacturing, workmanship, and return-to-bench service. The contract also outlines stringent security requirements for unclassified information, access to VA systems, information custodial language, HIPAA compliance, security incident investigation protocols with liquidated damages for data breaches, security controls compliance testing, and mandatory privacy and records management training for contractor employees.
    Lifecycle
    Similar Opportunities
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    DA10--Learning Management System Cloud Subscription and Support Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide a Learning Management System (LMS) cloud subscription and support services for the Southern Nevada Healthcare System. The contract encompasses a base period of one year, with four additional one-year option periods, aimed at enhancing healthcare education and compliance for staff training and professional development, ensuring 24/7 cloud access. This LMS is critical for maintaining adherence to VA standards and facilitating ongoing education for healthcare professionals. Interested offerors must submit questions by December 8, 2025, and all quotes by December 16, 2025, by 10 AM PT, with the procurement falling under NAICS code 541519 and a size standard of $34 million. For further inquiries, contact Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    7A21--Y90 Simplicity Software License
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking qualified sources to provide Simplicity Y-90 Personalized Dosimetry Software under a Sources Sought Notice (36C25726Q0143). This procurement aims to identify potential vendors capable of fulfilling the requirements for a service contract that includes a base year and four option years, with performance taking place at the South Texas Veterans Health Care System in San Antonio, TX. The software is critical for personalized dosimetry in medical applications, emphasizing the importance of accurate and effective treatment planning for patients. Interested businesses must submit their responses, including company details and socio-economic status, by December 10, 2025, at 10:00 am CST via email to Gillian M. Hooge at gillian.hooge@va.gov.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    Tac-Med Manikins
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 502D Contracting Squadron, is conducting market research for the procurement of Tac-Med Manikins, which are essential for Tactical Combat Casualty Care (TCCC) training at Joint Base San Antonio-Lackland, Texas. The requirement includes various types of manikins, such as Upper Trauma Trainers, Lower Patient Simulator Emergency Medical Trauma Trainers, and Female Modular Manikins, along with associated services like new equipment training and an annual repair program. These manikins will be utilized by approximately 900 trainees and instructors weekly during simulated combat scenarios, highlighting their critical role in military medical training. Interested vendors are encouraged to submit their capabilities and responses to the Request for Information (RFI) by December 8, 2025, at 10:00 AM CST, with inquiries directed to Jack Caniglia at jack.caniglia.3@us.af.mil.
    J065 | Viewpoint Software Support and Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.