DA10--NeoSoft suiteHEART CMR Image Processing Software (VA-26-00045423) (Sources Sought)
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 Technology Acquisition Center, is conducting a Sources Sought to identify qualified contractors capable of providing Brand Name or Equal NeoSoft LLC Cardiac Magnetic Resonance (CMR) image processing software. This includes software licensing, maintenance, and technical support for the VISN 8 Bruce W. Carter, Miami VA Medical Center. This market research aims to inform the VA's acquisition strategy. Responses are due by April 14, 2026, at 11:00 AM ET.
Scope of Work
The requirement is for comprehensive CMR image processing software with advanced functionalities. Key capabilities include:
- Core CMR Processing: Functional Analysis (EF), Flow Analysis, Myocardial Tissue Characterization (scar, edema, MVO, ECV, iron), Strain Analysis, Perfusion Analysis (stress testing), T1/T2 Mapping, and T2* Mapping.
- AI Functionality: AI-based single-click results, automated analysis, and simultaneous analysis of multiple studies.
- Support & Licensing: Term software licensing for one end-user at a time (multiple non-concurrent users), software maintenance, and 24/7 technical support with defined response/resolution times.
- Data Management: Secure SFTP download/upload, export to external software (e.g., Excel), and compatibility with standard data management systems.
- Reporting: Automated and customizable reporting tools.
- Compliance: Must adhere to Section 508 accessibility standards, Energy Independence and Security Act, and VA Critical Security Controls.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 513210 (Software Publishers) with a small business size standard of $47 million.
- Product Service Code: DA10
- Anticipated Period of Performance: 12-month base period with two 12-month option periods.
- Response Due: April 14, 2026, 11:00 AM ET
- Questions Due: April 9, 2026, 10:00 AM ET
- Published: April 7, 2026
Eligibility / Set-Aside
This is a market research effort. Vendors responding should indicate their intent and ability to meet any set-aside requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Set-aside decisions may be made based on the information provided.
Submission & Evaluation
Interested vendors must submit a capability package (maximum 7 pages) that includes:
- Company information.
- Technical capabilities relevant to the requirements.
- Commercially available list pricing or a Rough Order of Magnitude (ROM).
- Likelihood of responding to a future solicitation. Marketing materials and generic capability statements are not allowed. This notice does not commit the Government to a contract.
Additional Notes
- Point of Contact: Sherry Cato, Contract Specialist (sherry.cato@va.gov, 848-377-5340).
- Refer to the attached "P02 Sources Sought Notice" and "P02 Sources Sought Draft PD" for full details.