6515--NX EQ ECG Data Management System (ECGDMS) (VA-25-00062567)
ID: 36C10G25R0046Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a sole-source Firm Fixed Price (FFP) contract for the GE MUSE Electrocardiographs (ECG) Data Management System (ECGDMS) to be provided by TrillaMed, LLC. This procurement aims to maintain and enhance the management and storage of cardiovascular diagnostic data across over 170 VA Medical Centers, ensuring the integrity and accessibility of historical ECG records critical for patient care. The contract, valued at approximately $46.57 million, includes a base year and four option years, with a proposal submission deadline extended to September 17, 2025, at 5:00 PM Eastern. Interested parties can contact Contract Specialist Anthony Zibolski at Anthony.Zibolski@va.gov for further information.

    Point(s) of Contact
    Anthony ZibolskiContract Specialist
    Anthony.Zibolski@va.gov
    Files
    Title
    Posted
    Amendment 1 to solicitation 36C10G25R0046 from the U.S. Department of Veterans Affairs, OPAL Strategic Acquisition Center, extends the deadline for proposal submissions to September 17, 2025, at 5:00 PM Eastern Daylight Time. This modification, issued on a Standard Form 30, officially updates the original solicitation. Offerors are required to acknowledge receipt of this amendment through specified methods to ensure their proposals are considered. The amendment was signed by Anthony Zibolski, Contracting Officer, affirming that all other terms and conditions of the initial solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is preparing to negotiate a sole source contract with TrillaMed, LLC for the GE MUSE Electrocardiograph (ECG) Data Management System (ECGDMS). This procurement is justified under FAR 6.302-1 due to the system's unique capabilities, which are crucial for maintaining the integrity and accessibility of over millions of ECG records utilized by VHA cardiologists for monitoring veterans' cardiovascular conditions. The current GE MUSE system is required to facilitate comprehensive historical data access, ensure data consistency, and allow for accurate diagnostics—features unavailable in any other ECG data management systems. The contract will cover various line items, including servers and support services, vital for seamless ECG data management across all VHA facilities that currently rely on this system. Switching systems would incur prohibitive costs and risk compromising patient care. This presolicitation notice highlights the importance of this acquisition in maintaining high-quality healthcare for veterans, ensuring continued access to essential patient data for accurate diagnoses and treatment.
    The Department of Veterans Affairs Strategic Acquisition Center (SAC) intends to award a sole source Firm Fixed Price (FFP) contract to TrillaMed, LLC for the GE MUSE Electrocardiographs (ECG) Data Management System (ECGDMS). This decision, in accordance with FAR 6.302-1, is due to GE MUSE being the only system capable of providing comprehensive access to historic raw ECG data and essential tools for its utilization. All 170+ VHA facilities currently use GE MUSE and GE cardiac equipment, storing millions of veteran ECG records. Switching systems would result in the loss of critical raw data, compromising patient care and incurring significant, unrecoverable costs. The procurement falls under NAICS code 339112 and PSC 6515. This sole source acquisition is deemed essential for maintaining data integrity, ensuring patient safety, and upholding the high standards of veteran healthcare.
    The provided document is a template for reporting contract and sales data for various VA Healthcare Systems and Networks across the United States, including a facility in Manila, Philippines. It outlines fields for contractor information, contract numbers, line items (CLIN/SLIN), item descriptions, part numbers, and prices inclusive of Service Level Agreement (SLA) fees. The document is structured to track quarterly sales for Fiscal Year 2025, detailing quantity sold per item and associated sales amounts, with and without SLA. It lists numerous VA facilities grouped by their respective VISN (VA Integrated Service Network) or healthcare network, indicating a comprehensive system for tracking procurement and sales within the Department of Veterans Affairs. The template also includes sections for total quarterly quantity sold, total quantity sold of all items, total quarterly sales inclusive of SLA, anticipated SLA, total sales amount without SLA, and SLA received (specifically for Hines Fiscal).
    The Department of Veterans Affairs' Strategic Acquisition Center seeks a requirements contract for the GE MUSE ECG Data Management System (ECGDMS) for the Veterans Health Administration (VHA). This system will manage and store cardiovascular diagnostic data, specifically ECG waveforms, to aid diagnosis and facilitate data retrieval for comparison. The contract has a 12-month base period with four 12-month options. The Request for Proposal (RFP) outlines specific hardware (Dell servers), installation services, project management, and a comprehensive list of software modules and licenses. Key salient characteristics for evaluation include comprehensive access to historical raw ECG data, seamless connectivity with existing GE systems, adherence to medical performance standards, ADT data flow, raw ECG data for clinical research, advanced teaching tools, "turnkey" hardware implementation, and FDA 510(k) approval. Training services for various aspects of the MUSE system are also detailed.
    VA Handbook 6500.6, Appendix C, outlines mandatory information security and privacy requirements for contractors working with the Department of Veterans Affairs. It ensures contractors adhere to the same federal laws, regulations, and VA policies as VA personnel regarding sensitive information and IT systems. Key provisions include unlimited government rights to data produced, strict rules on data usage and segregation, and the necessity of VA approval for any external use or disclosure of information. The handbook details rigorous security measures such as encryption, FIPS 140-2 compliance, and adherence to NIST guidelines. Contractors must undergo background checks, complete mandatory security and privacy training, and report security incidents within one hour. The document also specifies requirements for information system hosting, operation, maintenance, and development, emphasizing compliance with FedRAMP and VA's assessment and authorization processes. It addresses supply chain integrity, anti-tampering measures, and the need for robust patching governance and cryptographic controls. Special provisions apply to medical devices and data center operations, ensuring comprehensive security across all VA-related contracts. Non-compliance can lead to contract termination and liquidated damages.
    This government file is an RFP or grant document detailing a comprehensive list of products and services, primarily from GE and Dell, for the MUSE and MUSE NX systems. The file outlines various components, including application, SQL, HL7, and web servers, alongside a wide range of installation, support, migration, and project management services. Key services cover hourly and daily support (normal business hours, after-hours, weekends, and holidays), server migrations (P to P, P to V, V to V), data management (extraction, synchronization, merging, PID changes), and volume record handling (small to enterprise). The document also includes details on various modules (Web Edit, Enhanced ECG Editor, Stress, Holter, Reanalysis, Criteria Based Routing, Advanced Charge Capture, XML Import/Export, DICOM Connect, eDOC Connect, Monitoring Gateway, Orders, Text Results, Waveform Image Results, ADT Query, Billing, Batch Data, Mobile ECG), and training services (virtual, onsite, technical, application, integrated, workflow engagement). It also includes networking integration fees and various types of training. The file mandates offerors to complete all highlighted spaces, provide manufacturer and part numbers for proposed solutions, and indicate N/A, None, or Zero (0) for irrelevant CLINs. Pricing sections are included for base and option years (1-4) with a 3% SLA. The overall purpose is to solicit proposals for the comprehensive implementation and ongoing support of MUSE and MUSE NX systems, likely for healthcare or clinical workflow management, with a clear emphasis on detailed itemization and pricing structure.
    The Department of Veterans Affairs (VA) is seeking a sole-source acquisition from TrillaMed, LLC for the GE MUSE Electrocardiographs (ECG) Data Management System (ECGDMS). This system is crucial for all 170+ VHA Medical Centers as it serves as the repository for electronic ECGs, integrating with existing VA health information systems like VistA. TrillaMed, LLC is the only authorized distributor of the GE MUSE system, which is essential for maintaining historical ECG data, ensuring data integrity, and enabling critical diagnostic comparisons. The estimated value of this contract, spanning a base year and four option years, is $46,574,117.20. The justification for this non-competitive award is based on 41 U.S.C.3304(a)(1) (Only One Responsible Source), as the GE MUSE system's unique capabilities and its proprietary Marquette 12SL algorithm are indispensable for existing infrastructure and patient care. Market research confirmed TrillaMed, LLC as the sole authorized distributor, and efforts will be made to ensure the cost is fair and reasonable despite the lack of competition. Future market research will continue to assess potential changes in the marketplace for future acquisitions.
    Attachment F, titled "Certification of Recall or Safety Issues," is a mandatory form for offerors responding to Solicitation Number 36C10G25R0046 for the GE MUSE Data Management System. This document requires companies to certify that the medical equipment proposed has no outstanding recalls or known safety issues. Additionally, it ensures compliance with all relevant regulations and standards, and that thorough checks for safety and performance have been conducted. The form must be completed, signed by an authorized company representative, and submitted with the proposal. The certification emphasizes that providing false or misleading information can lead to disqualification and legal penalties, underscoring the importance of product safety and regulatory adherence in federal procurements.
    Attachment G, titled "PAST PERFORMANCE REFERENCES" for Solicitation 36C10G25R0046, focuses on the GE MUSE ECG Data Management System. This document is a template for offerors to provide detailed information about their past performance relevant to the solicitation's requirements. It outlines three distinct past performance reference sections, each requiring comprehensive details such as the offeror's name, the company that performed the work, their relationship and role on the contract (offeror/subcontractor, prime/subcontractor), the contracting organization, contract/task order numbers, contract type, total awarded/projected prices, and period of performance. Additionally, it asks for contact information for the Contracting Officer and Program Manager, the NAICS code, and whether CPARS was completed. Crucially, each reference demands a concise description of the work's relevance to the solicitation and an explanation of any performance issues, corrective actions taken, and results, especially those discussed in CPARS reports. The document also includes an option for offerors to indicate "No record of relevant or recent past performance."
    Attachment H, a Past Performance Questionnaire for Solicitation No. 36C10G25R0046 (GE MUSE Data Management System), is issued by the Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC). This document is sent to references provided by offerors to evaluate their past performance on previous contracts. The questionnaire requires references to rate the offeror on Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, using a rating scale from 1 (Unsatisfactory) to 3 (Excellent). References must also provide contract details, a brief description of services, and indicate if any negative actions like show cause orders or terminations occurred. The completed forms are to be emailed to Anthony.Zibolski@va.gov with the specific solicitation number in the subject line. This questionnaire is critical for the VA SAC to fairly assess offeror proposals for the contract award.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs Veterans Health Administration (VHA) and a contractor establishes requirements for the use and disclosure of Protected Health Information (PHI) in accordance with HIPAA and HITETECH Acts. The contractor, acting as a Business Associate, will provide services involving PHI to VHA, the Covered Entity. Key terms like "Business Associate," "Covered Entity," and "PHI" are defined according to HIPAA Rules. The agreement outlines strict terms and conditions for PHI handling, emphasizing VHA's ownership of PHI. The Business Associate must only use or disclose PHI as permitted by the agreement or law, adhere to minimum necessary policies, and implement safeguards. Obligations include notifying VHA within 24 hours of any PHI violation or breach, providing a detailed written report within ten business days, and mitigating harm. The Business Associate must ensure that subcontractors are US-based and also enter into HIPAA-compliant agreements. They must also assist VHA with individual requests for PHI access, amendment, or accounting. Upon termination, all PHI must be returned or destroyed. VHA's obligations include not requesting impermissible PHI uses and promptly notifying the Business Associate of any restrictions or changes in privacy practices. The agreement can be amended or terminated, with provisions for automatic termination or termination for cause in case of material breach. The agreement is reviewed every two years and is effective on the last signature date.
    This document is a comprehensive Request for Proposal (RFP) from the U.S. Department of Veterans Affairs (VA) for a nationwide Requirements Contract for the GE MUSE ECG Data Management System, including accessories, consumables, and warranty. It outlines detailed terms and conditions for contract administration, invoicing, and reporting, emphasizing electronic submission via Tungsten Network. The RFP specifies mandatory clauses covering information security, data handling, and privacy, particularly for sensitive VA information, and details requirements for contractor personnel security. It also addresses ordering limitations, product refresh procedures, and recall protocols. A significant aspect is the mandatory 3.0% Service Level Agreement (SLA) fee, which must be embedded in all prices and reported quarterly. The contract has a potential total duration of five years, including option periods, with liquidated damages for delays. The document prioritizes secure and compliant management of medical equipment and associated data within the VA healthcare system.
    Similar Opportunities
    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.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6525--Equipment - TRUPULSE Generator - Cardiology Dept, Cinci
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a TRUPULSE Generator or equivalent for the Cardiology Department at the Cincinnati VA Medical Center. This equipment is crucial for cardiac electrophysiological procedures, particularly in the treatment of paroxysmal atrial fibrillation, and must meet specific technical requirements, including pulsed field generation capabilities, a user-friendly interface with a foot pedal and touchscreen, comprehensive safety features, and compatibility with the VARIPULSE Catheter and Carto mapping system. Interested contractors must submit their business information, including GSA contract details (if applicable), DUNS, NAICS code, business size and type, manufacturer's name, and country of origin to Brooke Hansen at brooke.hansen@va.gov by December 10, 2025, at 4:30 PM EST. No phone inquiries will be accepted.
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.