J065--Patient Monitoring Reconfiguration
ID: 36C26326Q0087Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Custom Computer Programming Services (541511)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Patient Monitoring Reconfiguration services for the VA Central Iowa Health Care System. This procurement involves the installation, configuration, and testing of Philips patient monitoring equipment, including wireless telemetry infrastructure and central monitoring stations, as part of a larger ICU/Telemetry remodel project. The selected contractor must be Philips-certified to ensure compatibility with existing systems and adhere to stringent information security and privacy requirements. Proposals are due by November 13, 2025, at 12:00 PM Central Time, and all inquiries should be directed to Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or Joshua Imdacha at joshua.imdacha@va.gov.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContract Specialist
    (319) 688-3631
    jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 23 has issued solicitation 36C26326Q0087 for Patient Monitoring Reconfiguration at the VA Central Iowa Health Care System. This requirement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), falls under Product Service Code J065 and NAICS Code 541511. Responses are due by November 13, 2025, at 12:00 PM Central Time. All questions must be submitted 72 hours prior to the response date to Jennifer Watkins-Schoenig (jennifer.watkins-schoenig@va.gov) and Joshua Imdacha (joshua.imdacha@va.gov). Attached documents include the solicitation, a Quality Assurance Surveillance Plan, and a Brand Name Justification for Patient Monitoring Configuration.
    This government solicitation, 36C26326Q0087, issued by the Department of Veterans Affairs, outlines the requirement for Philips Patient Monitoring Telemetry Activation at the VA Central Iowa Health Care System. The project, a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, is the second phase of the ICU/Telemetry Remodel project. It involves the installation, configuration, and testing of Philips patient monitoring equipment, including wireless telemetry infrastructure, central monitoring stations, and bedside devices. The estimated period of performance is three months (November 2025 to February 2026). Contractors must be Philips-certified to ensure compatibility and adhere to OEM standards. The document also details extensive information security and privacy requirements, emphasizing data protection, incident reporting, and compliance with federal and VA regulations for all contractors accessing VA information or systems.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidelines VHACIH uses to ensure a contractor meets performance standards for the Patient Monitoring Reconfiguration project. Its purpose is to monitor performance, evaluate compliance with the Performance Work Statement (PWS) and the contractor's Quality Control Plan (QCP), and ensure payment for services received. The QASP defines roles, responsibilities, performance objectives, monitoring methodologies (including 100% inspection, periodic inspection, and customer feedback), and documentation requirements. It emphasizes a performance-based approach, focusing on outcomes rather than processes, allowing the contractor flexibility for innovation. The Contracting Officer (CO) and Contracting Officer's Representative (COR) are key roles, with the COR responsible for technical administration and surveillance. The QASP includes a Performance Requirements Summary detailing acceptable quality levels (AQLs) and incentives, linking performance directly to contractor payments.
    The Department of Veterans Affairs (VA) Central Iowa Health Care System (VACIHCS) requires equipment, materials, and labor to activate Philips Patient Monitoring equipment in its 3rd-floor Telemetry unit. This procurement, identified as Acquisition ID# 36C263-26-AP-0480, is a brand-name award under Simplified Acquisition Procedures, over the micro-purchase threshold but not exceeding the SAT ($250K). The justification for a single-source award to Philips Healthcare, or a Philips-certified vendor, is due to the need for compatibility with existing Philips systems and proprietary access required for configuration and data transfer. Market research confirmed Philips as the OEM, and they provided a list of four authorized Service-Disabled Veteran-Owned Small Business (SDVOSB) partners: Alliant Healthcare, AvMedical, Four Points, and Greenbrier Government Solutions. The Contracting Officer, Joshua Imdacha, approved this justification in accordance with FAR 13.106-1(b).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Patient Monitoring and Connectivity Platform
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for a patient monitoring and connectivity platform, as outlined in a Request for Information (RFI) notice. The platform must be compatible with existing Philips IntelliVue Monitoring Systems and feature wireless capabilities, an integrated remote tele box, a handheld color screen, and the ability to non-invasively track total hemoglobin and oxygen content, among other vital signs. This procurement is crucial for enhancing patient care and monitoring capabilities at the Northern Arizona VA Health Care System. Interested parties are encouraged to respond to 19 specific questions regarding their capabilities, business size, and product details by December 15, 2025, at 4:00 PM EST, via email to Nathan Munson at nathan.munson@va.gov.
    Real Time Location Environmental Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    Cardiolab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Cardiolab Equipment through the Network Contract Office 23, located in Iowa City, IA. This procurement falls under the category of imaging equipment and supplies for medical, dental, and veterinary use, highlighting the importance of advanced medical technology in providing quality care to veterans. Interested vendors should reach out to Shavokie Gibson at shavokie.gibson@va.gov for further details regarding the procurement process. The opportunity is classified as a Justification notice, indicating specific sourcing requirements that may limit competition.
    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.
    6515 - Digital Transcutaneous Monitor to Measure Blood Gases
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is soliciting bids for a Digital Transcutaneous Monitor to be utilized by the VA Pittsburgh Healthcare System's Sleep Lab. The procurement involves one new Carbon Dioxide (CO2) Digital Monitoring System, which must meet specific requirements for measuring transcutaneous oxygen and carbon dioxide tension, pulse rate, and vital signs, along with necessary installation services. This equipment is critical for conducting daily patient sleep studies, ensuring high-quality care for veterans. Interested small businesses must submit their proposals, including a Letter of Authorization from the Original Equipment Manufacturer (OEM), by adhering to the solicitation guidelines available on the SAM.gov website. For inquiries, potential offerors can contact Nathan Lohr at nathan.lohr@va.gov or by phone at 412-628-3595.
    Viewpoint Temperature and Humidity Monitoring
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and sustainment services for the ViewPoint automated temperature and humidity monitoring system at the Amarillo VA Health Care System and its associated clinics. The procurement includes software maintenance, hardware support, and annual recalibration services for sensors and probes, ensuring compliance with VHA Directives related to environmental monitoring of critical items such as pharmaceuticals and medical supplies. This contract is vital for maintaining real-time monitoring capabilities, which are essential for patient safety and operational efficiency. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Crystal Carabajal at crystal.carabajal@va.gov or 210-992-3721 for further details, as the opportunity is set aside for SDVOSBCs and the services are expected to be performed over a 12-month period.
    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.
    J065--Hand Hygiene Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a Hand Hygiene Monitoring System to be utilized at the Lt. Col. Luke Jr. Weathers VA Medical Center in Memphis, TN. The system must provide continuous 24/7 monitoring of hand hygiene practices, include a staff-worn device with notifications, and operate on a non-VA network while ensuring HIPAA compliance. This procurement is set aside for small businesses under NAICS code 339112, with a contract period from January 1, 2026, to September 30, 2031. Interested vendors must submit their quotes by December 12, 2025, at 10:00 AM CST to Carlos Rodriguez at Carlos.Rodriguez14@va.gov, with the award based on a comparative evaluation of technical capability, price, and past performance.
    6515--Patient Information Center iX, Durham VAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is conducting a Sources Sought Notice to gather information regarding the Patient Information Center iX (PIC 4) hardware and software for the Durham VA Medical Center. This procurement aims to identify potential sources capable of providing the PIC 4 systems, which are critical for patient monitoring within the facility. Interested companies, regardless of their size or socioeconomic status, are encouraged to respond with relevant information, including their capabilities and certifications, by December 12, 2025, at 10:00 AM EST. Responses should be directed to Contract Specialist Monique Cordero at Monique.Cordero@va.gov, and all potential sources must be registered in the System for Awards Management (SAM) and the Small Business Administration's Dynamic Small Business Search (SBA DSBS) databases.
    Z1DA--Renovate Dialysis PN: 636A8-24-001 Iowa City, IA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Dialysis Clinic at the Iowa City VA Medical Center, under Project Number 636A8-24-001. The primary objective of this project is to prepare a temporary dialysis clinic and subsequently renovate 5,000 square feet of the existing facility, ensuring that all construction activities do not disrupt daily operations at the medical center. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $5 million and $10 million, with an Invitation for Bid (IFB) expected to be issued around November 10, 2025. Interested bidders must contact Contracting Officer Calvin L. Courtney at calvin.courtney@va.gov for further inquiries and ensure they are registered in the System for Award Management (SAM) database.