Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    J065--PMR GE ASSUREPOINT MUSE

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C26226Q0157Sources SoughtSet-aside: Veteran Set AsideGilbert, AZ
    Closed
    STATUS
    Closed
    closed Dec 5, 2025
    POSTED
    Nov 26, 2025
    Publication date
    NAICS CODE
    811210
    Primary industry classification
    PSC CODE
    J065
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses for planned maintenance services on medical equipment. This sources sought announcement aims to gather market research and does not constitute a solicitation. Interested vendors must provide detailed capability statements and documentation of expertise in the required services.

    Contract details

    Solicitation No.
    36C26226Q0157
    Notice Type
    Sources Sought
    Set-Aside
    Veteran Set Aside
    Posted Date
    November 26, 2025
    Response Deadline
    December 5, 2025
    NAICS Code
    811210AI guide
    PSC / Class Code
    J065
    Contract Code
    3600
    Primary Contact
    Jasmon Cornick
    State
    AZ
    ZIP Code
    85297
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses interested and capable of providing the services described below. The priority is to find two or more Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB). Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number and (h) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. CONTRACT REQUIREMENTS DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform at least one on-site, or remote, planned maintenance (PM) inspection during the contract period. PM inspection shall be scheduled by direction of the Contracting Officer Representative (COR) or designee. Hardware parts and applicable software updates shall be included in the support agreement. The Vendor shall provide all software licensing required for full functionality of the clinical system. The C&A requirements do not apply, and a Security Accreditation Package is not required. Telephone support services shall be available 24 hours a day, 365 days a year. On-site service calls shall be included, with a response time of five (5) business days. Vendor shall provide the COR an electronic copy of the field service report after every PM or on-site service call within seven (7) calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. PLANNED MAINTENANCE INSPECTIONS (PMI) AND INTERVENING SERVICES: Planned maintenance (PM) services shall include, but not limited to the following: Cleaning of the equipment; Reviewing operating software diagnosis to ensure that it is operating in accordance with the manufacturer s specifications; Calibrating and lubricating the equipment; Performing intervening maintenance; Testing and replacement of faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting and replacing, when indicated, electrical wiring and cables for wear and fraying Inspecting and replacing, when indicated, all mechanical components. The Contractor shall furnish documentation, all measurements, and calibration data collected to ensure that the system is performing in accordance with the manufacturer s performance standards. PMIs shall be performed during normal working hours of the VASDHC. PMIs shall be scheduled a minimum of three (3) days in advance with the COTR and performed during the first five (5) working days of the months specified in the PM plan. PMI s shall be performed in accordance with manufacturer s instructions, specification and at the intervals depicted in the schedule of services. This contract also includes all intervening service calls during normal working hours and parts required for maintaining this equipment in optimum operating condition.

    Key dates

    1. November 26, 2025Posted Date
    2. December 5, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    J065--PMR GE ASSUREPOINT MUSE is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.