Q522--SOURCES SOUGHT Magnetic Resonance Imaging (MRI) Staff Services Overton Brooks VAMC Shreveport, LA Includes Trailer and Equipment
ID: 36C25625Q0600Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide Magnetic Resonance Imaging (MRI) staff services and equipment at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement aims to engage a contractor for on-site mobile MRI services, requiring a total of seven personnel, including MRI technologists, tech assistants, and schedulers, along with a 1.5T MRI system housed in a transportable trailer that meets specific safety and communication standards. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested parties must submit their responses, including company identification and capacity to fulfill the requirements, by March 21, 2025, and can contact Contracting Officer Thomas M. Kovarovic at thomas.kovarovic@va.gov or 414-555-5555 for further information.

    Point(s) of Contact
    Thomas M. KovarovicContracting Officer
    (414) 555-5555
    thomas.kovarovic@va.gov
    Files
    Title
    Posted
    The document is a Sources Sought Notice from the Department of Veterans Affairs, seeking information from potential vendors capable of providing Magnetic Resonance Imaging (MRI) staff services and equipment at the Overton Brooks VA Medical Center in Shreveport, LA. The contract, set to be a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to engage a contractor for on-site mobile MRI services, requiring a total of seven personnel including MRI technologists, tech assistants, and schedulers, along with the necessary MRI equipment and trailer. The specification details include the need for a 1.5T MRI system and a transportable trailer with set dimensions, fire safety, patient communication features, and an array of coil configurations. Additionally, the contractor must provide technical support and training. The response to this notice must include company identification and capacity to fulfill the need, with a submission deadline of March 21, 2025. This document serves as a preliminary step before an official solicitation and emphasizes that no contract will be awarded from this notice.
    Similar Opportunities
    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.
    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 $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    W065--Presolicitation Notice - Modification, Increase - Mobile MRI Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is issuing a presolicitation notice regarding a modification to contract 36C25725C0059, which pertains to the lease of MRI technicians from The Military Club. The modification will increase funding for line item 0002, ensuring that two MRI technicians are required to be on-site at all times, a change from previous requirements where only availability was necessary. This service is critical for the West Texas VA Health Care System in Big Spring, TX, as it supports the healthcare needs of veterans. Interested parties should note that this notice is not a request for quotations or proposals; if no affirmative written response is received within seven days, the modification will proceed as a sole-source procurement. For further inquiries, contact Vance Farrell at vance.farrell@va.gov or call 210-694-6379.
    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.
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Design-Build contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, involves comprehensive design and construction services, including the installation of a new Siemens 1.5T MRI system, structural modifications, and updates to mechanical, electrical, and plumbing systems, all while ensuring compliance with safety and regulatory standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with key deadlines including the submission of Requests for Information (RFIs) by December 29, 2025, and Phase I Quotes due by January 23, 2026. Interested parties can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further details.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.