W065--1.5T Mobile MRI Lease
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), Network Contract Office 23, is soliciting quotes (RFQ 36C26326Q0270) for a 1.5T Mobile MRI Lease for the Minneapolis VA Health Care System. This procurement, conducted under FAR Part 12, aims to secure a high-quality mobile MRI unit and associated services. This is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
Scope of Work
The requirement is for the lease of one (1) 1.5 Tesla (T) MRI mobile unit, including a top-of-the-line scanner, full range of operational MRI coils, and all necessary software, hardware, and accessories. Key deliverables include:
- Provision of a 1.5T MRI system housed in a climate-controlled mobile coach with a safety lift gate, two staff workstations, an ADA compliant dressing room, and lockable storage.
- Construction of an enclosed shelter (approx. 10’ x 20’) to connect the MRI coach to the existing VA MRI walkway.
- Site planning, delivery, installation, and removal of the mobile MRI coach.
- Provision of cryogens, service, and preventive maintenance, ensuring a minimum 90% "up-time" for the equipment.
- Specific equipment includes a Medrad Spectris Solaris programmable MR injector system (or equal) and an MRI compatible Pulse Oximeter.
- Adherence to strict performance standards for repairs: point of contact for issues, on-site response within 2 hours, Field Engineer on-site within 24 hours if required, and resolution within 72 hours.
- IT requirements include data and voice transmission via Government-provided CAT 5 or 6a cable, and connection to the commercial PACS and Electronic Health Record network, transmitting images using HL7 and DICOM standards.
- On-site clinical applications training for technologists, along with training materials and equipment manuals.
- Attachments provide visual details on electrical connections (e.g., Cutler-Hammer JD 35k circuit breaker, Siemens panel) and mobile MRI trailer placement logistics.
Contract Details
- Contract Type: Firm Fixed-Price (RFQ)
- Period of Performance: A base year of 12 months, with four (4) additional 12-month option years. The initial period of performance is from April 15, 2026, to September 30, 2026.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a size standard of $40 Million.
- Place of Performance: Minneapolis VA Health Care System, 1 Veterans Dr., Minneapolis, MN 55417.
Submission & Evaluation
- Site Visit: An optional site visit is scheduled for March 17, 2026, from 11:00 AM to 12:00 PM. Interested offerors should contact Julie Brown at 612-467-5176 or julie.brown@va.gov and meet at the outpatient entrance security desk.
- Technical Questions Due: March 17, 2026, by 5:00 PM Central time. Submit via email only to Cameron Rick at Cameron.rick@va.gov.
- Quotes Due: March 20, 2026, by 5:00 PM Central time. Submit via email to cameron.rick@va.gov.
- Eligibility: Offerors must be registered and current in SAM and certified as an SDVOSB in the SBA certification database.
- Evaluation: Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on Technical, Past Performance, and Price factors.
Additional Notes
Amendment 0001 (dated March 11, 2026) addressed vendor questions and revised the Statement of Work, confirming that all submission deadlines remain unchanged.