6525--MOBILE MRI TRAILER
ID: 36C26226Q0037Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the lease of a Mobile GE Voyager 1.5 Tesla Magnetic Resonance Imaging (MRI) System or an equivalent Mobile MRI Trailer for the VA San Diego Healthcare System. The procurement requires the contractor to provide all necessary equipment, supplies, and maintenance, ensuring a minimum of 98% uptime, with the system operational by March 15, 2026. This mobile imaging system is crucial for performing various cardiac exams and must comply with FDA and ADA standards while being compatible with VA systems. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by November 10, 2025, at 7:00 AM PST, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.

    Point(s) of Contact
    Anthony Dela CruzContracting Officer
    (562) 766-2284
    anthony.delacruz@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C26226Q0037 P00001, issued by the Department of Veterans Affairs, modifies the NAICS code from 333924 to 532490 and addresses several inquiries regarding a mobile imaging system. Key changes include accepting a 98% uptime guarantee instead of 100%, requiring a new item from an OEM authorized distributor, and confirming the need for a breast coil for imaging only. The 2-hour response time for service remains, despite OEM policies, to ensure faster resolution of issues. The project requires the system to be installed and operational by March 15, 2026, and a traditional 8x48 unit is not acceptable as an interim solution. Various cardiac exams will be performed, including specialized sequences for the entire heart.
    This government solicitation, 36C26226Q0037, issued by the Department of Veterans Affairs, is a Request for Proposal (RFP) for the lease of a Mobile GE Voyager 1.5 Tesla Magnetic Resonance Imaging System (MRI) or an equivalent Mobile MRI Trailer for the VA San Diego Healthcare System. The solicitation is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 333924 with a size standard of 900 employees, and only certified SDVOSB offers will be considered. The contract includes a base year and four option years, with performance periods from March 15, 2026, to March 14, 2031. The contractor must provide all equipment, supplies, maintenance, and ensure 100% uptime for the MRI trailer, which must be FDA approved, ADA compliant, and compatible with VA systems. The trailer must accommodate various MRI protocols, and the government will provide utilities. Invoices are to be submitted electronically, and specific clauses regarding gray market items, limitations on subcontracting, and prohibitions on Kaspersky Lab and ByteDance products are included. Quotes are due by November 10, 2025, at 7:00 AM PST.
    Lifecycle
    Title
    Type
    6525--MOBILE MRI TRAILER
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    6525--TIMS 2000 SP Mobile Cart Package (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TIMS 2000 SP Mobile Cart Package, specifically requiring brand name products along with related accessories and software. This acquisition is set aside exclusively for small businesses, with a focus on the surgical and medical instrument manufacturing sector, as indicated by the NAICS code 339112. The mobile cart package is essential for enhancing medical imaging capabilities within the healthcare system. Interested vendors must submit their offers by December 12, 2025, at 15:00 CST, with delivery to the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. For further inquiries, potential bidders can contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    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.
    Z2DA--Replace MRI 1.5T
    Buyer not available
    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)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Design-Build (DB) contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for site investigation, design, construction, and installation of the new Siemens 1.5T MRI system, with a total period of performance of 740 days. This procurement, valued between $2,000,000.00 and $5,000,000.00, is critical for enhancing medical imaging capabilities at the facility, ensuring compliance with various safety codes and standards. Interested SDVOSBs must be registered with SAM.gov and can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information, with a Request for Quote (RFQ) anticipated around January 10, 2026.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    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.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.