W065--Mobile Digital PET/CT Trailer
ID: 36C25225Q0403Type: Combined Synopsis/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

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the lease of a fully equipped mobile digital PET/CT trailer to support oncology-related imaging services at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement includes a base period from May 1, 2025, to April 30, 2026, with four additional one-year option periods, contingent upon the availability of funds. This mobile unit is crucial for conducting various imaging procedures, including PET/CT scans for oncology, brain imaging, and whole-body scans, ensuring high-quality diagnostic services for veterans. Interested contractors must submit their quotes by April 23, 2025, and can direct inquiries to Contracting Officer Stacy Massey at Stacy.Massey@va.gov.

    Point(s) of Contact
    Stacy MasseyContracting Officer
    (414) 844-8400
    Stacy.Massey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking proposals for leasing a mobile digital PET/CT trailer to support oncology-related imaging at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract includes a base period from May 1, 2025, to April 30, 2026, with four additional one-year options, contingent on availability of funds. Contractors will provide a comprehensive service including equipment maintenance, deliveries, and operational support, while VA staff will conduct scans. The mobile unit is required to comply with various regulatory standards and must facilitate technical requirements for efficient imaging, such as high-efficiency detection systems and suitable clinical environments for patients. Contractors must ensure their equipment maintains a 95% uptime and be responsible for prompt servicing in the event of malfunctions. Quotes are due by April 23, 2025, and will be evaluated based on technical compliance, delivery schedules, contractor capabilities, veteran involvement, and pricing. This RFP represents the government's commitment to enhancing medical services for veterans through advanced diagnostic capabilities, ensuring quality and timely care.
    This document outlines the provisions for a Request for Quote (RFQ) under the solicitation number 36C25225Q0403, focusing on instructions for offerors of commercial products and services. It includes the applicable North American Industry Classification System (NAICS) code and small business size standards, which vary depending on the nature of the acquisition and associated business classifications. Key submission requirements for quotes include a signed and dated document with essential details such as the solicitation number, contact information, technical descriptions, warranty terms, price schedules, and evidence of insurance. The document emphasizes the importance of maintaining the validity of quotes for 30 days and clarifies procedures for late submissions and modifications. It further states that multiple quotes with alternative terms are encouraged and details the potential for multiple awards. Additionally, the document outlines requirements for unique entity identifiers and instructions for obtaining necessary specifications and standards. Ultimately, it establishes a framework for a transparent and competitive quote submission process in alignment with government contracting regulations.
    The document outlines the evaluation criteria and procedures for a government Request for Proposal (RFP) under the solicitation number 36C25225Q0403. The main purpose is to establish the basis for awarding a purchase order to the most advantageous quoter, considering price and several key factors such as technical specifications, delivery schedule, contractor capability, and veteran involvement. Quotations will be assessed through a comparative evaluation approach, allowing the government to favor proposals that exceed minimum requirements, beyond just the lowest price option. Notable evaluation aspects include detailed compliance with technical requirements, adherence to delivery timelines, the contractor's previous performance, and the inclusion of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the bidding process. Quoters must report their planned use of SDVOSB or Veteran-Owned Small Business subcontractors to enhance their evaluation score. The total evaluated price will comprise all line-item prices, as well as any options considered. This structured evaluation aims to ensure compliance with federal regulations while promoting the participation of veteran-owned businesses in federal contracts.
    The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance" as part of federal contracting requirements, specifically tailored for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify compliance with specified limitations on subcontracting based on the contract type: services, general construction, or special trade construction. For services, a maximum of 50% of contract funds may be subcontracted to non-SDVOSB/VOSB firms, while the thresholds are 85% for general construction and 75% for special trade construction, excluding costs of materials. The offeror acknowledges the legal ramifications of false certifications and agrees to provide documentation for compliance verification. If breaches occur, repercussions may include suspension, fines, or prosecution. The section stresses that the certification must be complete and submitted to consider the offer valid. This certification process ensures that federal contracts benefit small businesses while adhering to legal obligations to promote veteran entrepreneurship in procurement processes.
    The document outlines the security and privacy requirements for contractors involved in contracts with the Department of Veterans Affairs (VA) regarding the handling of sensitive information. It mandates that all contractors and their personnel must adhere to federal regulations and VA directives to secure data. Key points include the VA's rights to data produced under the contract, restrictions on the use and co-mingling of VA information, compliance with data security protocols including encryption, and the right of the VA to conduct audits on contractor systems. Contractors are required to report security incidents promptly and undergo mandatory training on VA security policies. Additional provisions emphasize the integrity of products supplied, anti-tampering measures, and specific guidelines for medical devices and data center operations. The overarching aim is to ensure stringent protection of veterans' sensitive information in compliance with existing laws and policies, illustrating the VA’s commitment to safeguarding data integrity in government contracts.
    This document outlines the tailored contract terms and conditions required by the Federal Acquisition Regulation (FAR) to implement laws and Executive orders applicable to the procurement of commercial products and services. It specifies several clauses that contractors must comply with, including prohibitions on certain confidentiality agreements, restrictions on using products from specified entities like Kaspersky Lab and ByteDance, and regulations concerning subcontracting and employee rights. Notable clauses emphasize the importance of small business utilization, whistleblower protections, and compliance with labor standards such as minimum wages and paid sick leave under executive orders. Additionally, the document addresses the flow-down requirements for subcontracts, ensuring adherence to key statutes like the Service Contract Labor Standards, Equal Opportunity measures, and privacy training obligations. Overall, the file serves to guide contractors in aligning their practices with federal regulations and ensure accountability in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    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.
    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.
    6515-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.
    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.
    2320--Connected Care Mobile Medical Unit for OVAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to design and construct a Connected Care Mobile Medical Unit for Technology-Based Eye Care Services (TECS) to enhance ophthalmological mobile capabilities within the Orlando VA Healthcare System catchment area. The Mobile Medical Unit, which will be a Class A RV type vehicle, must include two exam rooms, an optical area, a wheelchair-accessible restroom, and advanced features such as robust HVAC systems, a 20KW diesel generator, and comprehensive electrical and plumbing systems. Interested vendors are invited to provide feedback on the draft Statement of Work, their technical approach, and other relevant information by December 22, 2025, at 08:00 EDT, with responses directed to Contract Specialist Robert R. Edwards at robert.edwards2@va.gov.
    6505--Pylarify 2026 (VA-26-00025867) RFI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide F18 PSMA Pylarify, a radiopharmaceutical used for positron emission tomography (PET) imaging of prostate cancer, to the Baltimore VA Medical Center. The procurement aims to identify contractors capable of manufacturing, preparing, and transporting this specialized radiopharmaceutical in compliance with stringent regulatory standards, including USNRC, DOT, and FDA guidelines. Pylarify is critical for diagnosing prostate cancer by identifying PSMA-positive lesions, thus playing a vital role in patient care. Interested parties must submit their responses, including company information and qualifications, by December 17, 2025, at 10:00 AM EST, to Contract Specialist Michael Jones at michael.jones16@va.gov.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    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.