Q522--Mobile MRI Services Green Bay Health Care Center
ID: 36C25225Q0337Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Mobile MRI Services at the Milo C. Huempfner Health Care Center in Green Bay, Wisconsin. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes the provision of a mobile MRI unit, necessary equipment, personnel, and supplies, with an operational period from January 1, 2026, to December 31, 2026, and options to extend until December 31, 2030. The mobile MRI services are crucial for delivering timely and high-quality healthcare to veterans, ensuring compliance with healthcare regulations and safety protocols. Interested contractors should contact Carrie A. Deswarte at carrie.deswarte@va.gov, with a minimum contract amount of $10,000 and a ceiling of $6,000,000, as outlined in the solicitation documents.

    Point(s) of Contact
    Carrie A DeswarteContract Specialist
    carrie.deswarte@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking vendors to provide Mobile MRI Services for the Milo C. Huempfner Health Care Clinic in Green Bay, Wisconsin. This Sources Sought Notice outlines requirements for a mobile MRI trailer capable of functioning a minimum of 10 hours per day, three days a week, from July 15, 2025, to July 14, 2026, with options to extend through 2030. Vendors must supply a 1.5 Tesla MRI system, equipped with various imaging capabilities, as well as two MRI technologists, all compliant with relevant regulations. Contractors are required to submit a detailed company profile, including experience in similar services, equipment information, and pricing for estimated scans. Responses should be sent to the designated contact by March 31, 2025, by 1:00 p.m. Central Time. The notice serves to identify potential vendors and is part of preliminary market research, not a formal solicitation. All responses will inform the set-aside determination but will not incur any contractual liabilities for the government.
    The presolicitation notice outlines a request for proposals (RFP) for Mobile MRI Services at the Milo C. Huempfner Health Care Center in Green Bay, Wisconsin. The solicitation number for this contract is 36C25225Q0337, with a response deadline set for July 24, 2025, at 1:00 PM Central Time. This contract is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, indicating a focus on supporting veteran-owned businesses. The contract falls under the Product Service Code Q522 and the NAICS Code 621512, categorizing it within the healthcare services framework. The contracting office is part of the Department of Veterans Affairs, located in Milwaukee, Wisconsin, and inquiries should be directed to Contracting Officer Carrie DeSwarte. This notice emphasizes the VA's dedication to providing quality medical services while engaging with veteran-owned businesses in the process.
    The document outlines a solicitation for Mobile MRI Services at the Milo C. Huempfner Health Care Center, issued by the Department of Veterans Affairs. This procurement is a 100% Service-Disabled Veteran-Owned Small Business Set-aside, ensuring that only certified SDVOSB offerors can participate. The contract covers the provision of a mobile MRI unit along with necessary equipment, personnel, and supplies, with an operational period from January 1, 2026, to December 31, 2026, and options to extend until December 31, 2030. Key components include detailed specifications for the mobile unit's capabilities, the contractor's responsibilities for maintenance, staffing requirements, and compliance with healthcare regulations. It mandates that MRI technologists be certified and experienced, highlighting safety protocols, quality assurance processes, and the importance of timely service delivery. Financial aspects specify a minimum contract amount of $10,000 and a ceiling of $6,000,000, with invoicing managed through a designated online system. This document exemplifies the government’s approach to ensuring high-quality healthcare services while fostering opportunities for small, veteran-owned businesses, and underscores compliance with regulatory standards throughout the contract's lifecycle.
    The document outlines the Wage Determination No. 2015-4893 issued by the U.S. Department of Labor, specifically addressing wage and fringe benefit requirements under the Service Contract Act (SCA) for various occupations in Wisconsin (Brown, Kewaunee, and Oconto counties). Contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered employees. For contracts awarded between January 1, 2015, and January 29, 2022, a minimum of $13.30 per hour applies if not renewed post-January 30, 2022. The document contains detailed wage rates for a wide range of occupations, highlighting key positions such as administrative support, food service, health occupations, and information technology roles, along with their corresponding wage rates and required fringe benefits. Additionally, it covers regulations concerning paid sick leave, holiday pay, and vacation benefits, as well as providing guidelines for conforming additional classifications and wage rates for job roles not listed. This information is crucial for contractors and employees in understanding wage and labor compliance under federal contracts, ensuring proper compensation and working conditions.
    The document is a Contractor Certification regarding compliance with the Immigration and Nationality Act of 1952, as modified, specifically for contractors serving the Department of Veterans Affairs (VA). It mandates that contractors ensure no employment of illegal aliens or non-immigrant foreign nationals violating their U.S. status while executing contracts. Additionally, it requires adherence to “E-Verify” protocols and relevant federal regulations. Should a contractor fail to meet these obligations, the VA reserves the right to prohibit the implicated foreign national from service and terminate the contract for breach of terms. Contractors must also obtain similar certifications from their subcontractors, reinforcing the accountability chain. The document also includes legal ramifications for providing false certifications. The overarching purpose is to ensure compliance with immigration regulations in services provided to VA patient referrals, protecting both the integrity of the contracting process and the welfare of veterans served.
    The VA Notice of Limitations on Subcontracting Certification outlines compliance requirements for offerors bidding on government contracts, particularly regarding subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Depending on the contract type, contractors must adhere to specific percentages of work that can be subcontracted to non-VIP-listed firms: 50% for services, 85% for general construction, and 75% for special trade contractors, with certain exclusions for materials. Offerors certify their compliance is subject to federal law, acknowledging possible penalties for false certifications, including criminal and civil repercussions. Moreover, contractors must maintain compliance documentation and provide it upon request from the Department of Veterans Affairs (VA). Non-compliance may lead to serious consequences like suspension or debarment. The completion and submission of this certification is mandatory; any offer lacking this certification will be disqualified from consideration for contract awards. This document emphasizes the VA's commitment to supporting veteran-owned businesses while ensuring adherence to regulations and accountability in federal contracting.
    VA Directive 6550, Appendix A, outlines the procurement process for network-connected and non-network-connected medical devices that handle sensitive information. It establishes detailed requirements, including the collection of device specifications, manufacturer details, and security compliance measures. Key areas of focus include device category, manufacturer contacts, operational status, risk analyses, patch management, encryption levels, and connectivity needs. The document mandates assessments for automated patching capabilities, antivirus support, two-factor authentication, and compatibility with VA protocols such as EHRM interfaces. Additionally, it emphasizes the necessity for devices to be compliant with security standards, including FIPS and FedRAMP, especially concerning sensitive data handling. The signature section indicates oversight by Biomedical Engineering, Area Managers, and Information Systems Security Officers to ensure compliance and risk management in device procurement. The directive seeks to establish rigorous standards for the lifecycle management of medical devices, ensuring they operate securely within the VA network. Overall, it demonstrates the VA's commitment to safeguarding sensitive information in its medical device procurements while adhering to federal cybersecurity mandates.
    The document outlines the Manufacturer Disclosure Statement for Medical Device Security (MDS2) by ACME, detailing critical security considerations for medical devices. It specifies various categories including management of personally identifiable information (PII), audit controls, authorization mechanisms, cyber security product upgrades, health data integrity, and transmission security. Central questions include whether devices can handle personal health data, maintain audit logs, support multi-factor authentication, and manage device updates securely. The form is structured to address the security capabilities of software and hardware in the context of connected medical devices, ensuring they meet compliance requirements while safeguarding patient information. Significant aspects also include the manufacturer’s plans for post-deployment support and vulnerability management. Overall, the document serves as a comprehensive guideline for manufacturers responding to government requests for proposals (RFPs) by showing how their medical devices will uphold data security standards, thereby fostering confidence among stakeholders in a highly regulated industry aimed at protecting patient data integrity and privacy.
    Similar Opportunities
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace MRI 1.5T" at the Durham VA Health Care System in North Carolina. The project involves comprehensive construction services, including the removal of an outdated MRI machine and the installation of a new 1.5T MRI, while addressing critical deficiencies such as RF shielding, fire sprinkler systems, HVAC, and electrical outlets. This initiative is vital for modernizing imaging services for veterans, ensuring compliance with stringent safety and operational standards. Interested contractors should note that this is a Total SDVOSB Set-Aside opportunity, with a project magnitude between $500,000 and $1,000,000, and sealed bids are due by January 6, 2026, at 11:00 AM EST. For further inquiries, contact Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    6525--FY26: Mobile CT Scanner Orlando VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a mobile CT scanner for the Orlando VA Healthcare System. The procurement involves a six-month lease, with an optional six-month extension, for a 64 Slice CT Scan Mobile Trailer that will support radiation therapy simulations and various CT procedures, including CT Localization and 3D Image Reconstruction. This mobile unit is critical for enhancing patient care and ensuring compliance with safety and privacy standards, including HIPAA. Interested businesses must submit their capability statements, including relevant business information, by December 19, 2025, at 4 PM EST to Victoria Robles at Victoria.RoblesBurgos@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    Q301--Medical Physicist and Radiation Safety Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Physicist and Radiation Safety Services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, and includes essential services such as quality assurance program reviews, equipment testing, and radiation protection surveys for various medical imaging equipment. The contract has a guaranteed minimum value of $1,000.00 and a maximum value of $400,000.00, with specific requirements for contractor personnel qualifications and security protocols. Interested parties should contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov for further details and to ensure compliance with submission requirements.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.