6525--Tx/Rx CP Head Coil Notice of Intent to Sole Source
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the VA Pittsburgh Healthcare System, has issued a Notice of Intent to Sole Source for a Tx/Rx CP Head Coil #Ae and Syngo Expert-i XA60/XA61 software. This requirement is for the Monroeville VA Clinic to enable MRI scans for patients with neurostimulators. This is also a Request for Information (RFI) to identify potential alternative sources. Responses are due May 4, 2026.
Scope of Work & Justification
The VA requires a Tx/Rx CP Head Coil #Ae (MPN 14426332) and Syngo Expert-i XA60/XA61 software (MPN 14482913). This head coil is a circularly polarized, no-tune transmit/receive coil with an open, patient-friendly design, integrated pre-amplifiers, and SlideConnect Technology. It is compatible with Siemens Aera Software and machine. The primary use is to allow MRI scans for patients with neurostimulators, a capability currently lacking at VA Pittsburgh, forcing patients to seek care elsewhere.
The VA intends to sole source this acquisition to Siemens because their products are proprietary and the only ones compatible with the existing Siemens system at VA Pittsburgh. Third-party vendors cannot connect to the current system, which includes proprietary software for remote access and planning.
Contract & Timeline
- Opportunity Type: Notice of Intent to Sole Source / Request for Information (RFI)
- NAICS Code: 339113 (Medical Equipment Manufacturing)
- Size Standard: 800 employees
- Set-Aside: None specified (market research stage, gathering business size information)
- Period of Performance: Delivery required no more than 60 days after contract award.
- Delivery Location: VAPHS locations, North Loading Dock, University Drive C., Pittsburgh, PA 15240.
- Response Due: May 4, 2026, at 4:00 PM ET.
- Published Date: April 29, 2026.
Submission Requirements
Interested parties must demonstrate their ability to meet the required specifications. Responses should include:
- Company name, address, point of contact, phone, email, UEI, and CAGE Code.
- Business size status (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business) under NAICS 339113.
- Confirmation of whether the company is a manufacturer, distributor, or offers an equivalent solution.
- If not a manufacturer, details on compliance with the non-manufacturer rule (13 CFR 121.406(b)).
- An authorized distributor letter from the Original Equipment Manufacturer (OEM).
- Details on any alterations, assembly, or modifications if acting as a small business distributor/reseller.
- Information on FSS/GSA/NAC contracts or other federal contracts, including contract numbers and item availability.
- General pricing information (for market research only).
- Capabilities statement addressing salient characteristics and "equal to items."
- Feedback or suggestions on the salient characteristics/statement of work.
Responses must be submitted via email to andrew.taylor3@va.gov with "36C24526Q0384" in the subject line. Telephone responses will not be accepted.
Additional Notes
This is solely for information and planning purposes and does not constitute a solicitation or commitment to award a contract. The government will not pay for any information or administrative costs incurred in response to this RFI. All questions should be directed to the Contracting Officer, Andrew Taylor.