36C26026Q0495
J065--Pulmonary and Cardiac Diagnostic Systems Maintenance in support of the Veterans Integrated Service Network (VISN) 20 See solicitation for full requirements and locations
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 260-NETWORK CONTRACT OFFICE 20 (36C260)
Quick analysis
VA VISN 20 seeks OEM-authorized maintenance for pulmonary and cardiac diagnostic systems across multiple facilities under NAICS 811210 (PSC J065), full and open RFQ 36C26026Q0495.
Scope includes 1-year maintenance for specific UCSA/Ultima devices and Networking/HL7 interface support; solicitation explicitly requires an OEM authorization letter on OEM letterhead dated 2026 and ability to supply new OEM parts.
Trace’s core capabilities (SATCOM, CDS, MPE, C5ISR, cyber/IT O&M) do not include medical device maintenance; NAICS 811210 is listed as lower BD priority in the company profile.
No relevant past performance with VA or medical diagnostic equipment is documented; competitive posture is weak without an OEM partnership/authorization, creating high compliance and execution risk with limited strategic value.
Scope summary
- Provide OEM-authorized maintenance for specified pulmonary and cardiac diagnostic systems across VISN 20 for 09/01/2026–08/31/2027.
- Submit an OEM authorization letter on OEM letterhead, signed and dated 2026; vendor must be OEM/authorized dealer/distributor/reseller.
- Supply new OEM replacement parts as needed; no gray-market or refurbished parts implied.
- Provide Networking and HL7 Interface Support (up to specified connections).
- Email submission of offers by 04/22/2026 1:00 PM MT; questions due 04/13/2026 1:00 PM MT.
- Comply with FAR 52.212-1/-3/-4/-5 and invoicing via FSC Austin with EFT.
Dimension scores
The requirement is OEM-authorized maintenance for pulmonary/cardiac diagnostic systems and HL7 interface support (evidence: line-item schedule and OEM authorization requirement in S02 36C26026Q0495 02.pdf). Trace’s core capabilities focus on SATCOM, CDS, MPE, C5ISR, cyber/IT O&M—not medical device maintenance. Company profile lists NAICS 811210 under lower BD priority, indicating limited alignment.
Company past performance centers on DISA, Army, USAF, USSF, and MDA programs (e.g., MPE-S, ABMS, EMSS, GTACS II). No documented VA medical device maintenance or similar OEM-authorized biomedical support. Opportunity customer is VA VISN 20, a new mission/agency context for Trace per the profile.
Competition is full and open per the solicitation; no restricted vehicle access is required (evidence: combined synopsis/solicitation and SF 1449 excerpts). This offers access without needing a specific IDIQ that Trace holds.
The solicitation mandates an OEM authorization letter on OEM letterhead dated 2026 and the ability to provide new OEM parts. There is no evidence Trace holds OEM relationships for these specific pulmonary/cardiac devices. Specialized OEM-authorized service vendors likely hold advantage, putting Trace at a severe competitive disadvantage.
High risk due to a gating OEM authorization requirement (potential disqualifier if not obtained), specialized biomedical maintenance across multiple VISN 20 sites, and a new agency relationship. Although FFP commercial services are familiar, the technical domain and authorization dependency elevate execution and compliance risk.
This pursuit does not advance Trace’s targeted agencies or core lanes (DoD-focused SATCOM/CDS/C5ISR/edge). VA is not listed among target agencies in the company profile, and medical device maintenance under NAICS 811210 is low-priority for BD, offering minimal strategic leverage.
While the RFQ is full and open (no set-aside barrier) and Trace is eligible, the OEM authorization letter and requirement to provide new OEM parts are explicit compliance conditions. No evidence indicates Trace can meet these without substantial teaming, constituting a significant compliance gap.
Concerns
- Inability to secure required OEM authorization letter for listed devices (gating compliance risk).
- Specialized biomedical maintenance skill set and tooling across multiple VISN 20 locations (staffing and logistics risk).
- New customer relationship (VA) with limited relevant past performance.
- Potential incumbent OEM-authorized vendor advantage not visible in partial documents.
- Partial extraction of the RFQ PDF limits visibility into full SOW and evaluation factors.
Teaming opportunities
- OEM-authorized biomedical equipment manufacturer or master distributor for the specific UCSA/Ultima devices to provide authorization and parts.
- Regional biomedical field service technicians with pulmonary/cardiac diagnostic systems expertise across VISN 20 sites.
- HL7 interface/network integration specialist(s) familiar with VA environments.
- VA-focused compliance and invoicing administration experience.
Competitive position
- If pursued via teaming: demonstrate OEM-backed coverage with guaranteed parts availability and rapid response SLAs across all VISN 20 locations.
- Emphasize quality control and uptime for critical clinical diagnostics, with OEM-certified technicians and HL7 support.
- Offer clear, fixed-price preventive and corrective maintenance plans aligned to VA standards and commercial best practices.
Bid/No bid factors
- Explicit OEM authorization letter requirement on 2026-dated OEM letterhead.
- Scope limited to medical diagnostic systems maintenance outside Trace core capabilities.
- NAICS 811210 is listed as lower BD priority in the company profile.
- Partial RFQ PDF limits full view of SOW/evaluation criteria.
Documents
Download all
36C26026Q0495_1.docx
Download
Combined synopsis/solicitation from VA Network Contracting Office 20 seeking maintenance for pulmonary and cardiac diagnostic systems across multiple VISN 20 locations. Document lists procurement details (NAICS, PSC, solicitation number), response and Q&A deadlines, period of performance, contract type (firm-fixed-price anticipated), and directs offer submissions and questions to the named Contracting Officer.
- Solicitation: 36C26026Q0495; Title: Pulmonary and Cardiac Diagnostic Systems Maintenance (VISN 20)
- Agency/Office: Department of Veterans Affairs, Network Contracting Office 20 (V4CONT), Vancouver WA
- NAICS: 811210; PSC/FSC: J065; Small business size standard: $34M
- Competition: Full and Open; anticipated award: firm-fixed-price purchase order under RFO Subpart 12.212(b)(1) (commercial items)
- Period of Performance: 09/01/2026 – 08/31/2027
- Place of Performance: Multiple VISN 20 locations (see Statement of Work); primary contracting office zip 98661, Vancouver WA
- Point of Contact for questions and offer submission: Jennifer Robles, Contracting Officer, jennifer.robles1@va.gov
- Questions due: 04/13/2026 by 1:00 PM Mountain; Proposals due: 04/22/2026 by 1:00 PM Mountain (no late quotes)
- Award evaluation: based on factors in Section E of the RFQ; award to most advantageous offer to the Government
- Attachments referenced (e.g., S02 36C26026Q0495 02) contain SOW/service locations and evaluation criteria; telephonic inquiries not accepted
S02 36C26026Q0495 02.pdf
Download
Partially reviewed: Too large
Partially extracted solicitation (selected sections 1 and 6 only) for firm-fixed-price maintenance of pulmonary and cardiac diagnostic systems across VISN 20 (solicitation 36C26026Q0495; issue date 03/30/2026). Provides key administrative details (POC, submission email, due date), period of performance (09/01/2026–08/31/2027), NAICS 811210 ($34M size standard), line-item price schedule for multiple VA facilities and specific device models/serial numbers, and an OEM/authorized reseller requirement. Review is limited to selected sections; the full PDF was too large to extract here, so technical/evaluation details in other sections may be missing.
- Solicitation number: 36C26026Q0495; Issue date: 03-30-2026
- Agency/office: VA Network Contracting Office 20 (36C260); POC: Jennifer Robles, jennifer.robles1@va.gov, 253-888-4924
- Offer due date: 04/22/2026, 1:00 PM Mountain/MDT; Questions due: 04/13/2026, 1:00 PM Mountain
- Period of Performance: 09/01/2026–08/31/2027 (base 1 year)
- NAICS: 811210 (Small business size standard $34M)
- Place of performance: VISN 20 (Vancouver WA office listed) with multiple VA medical centers named (Roseburg OR; VA Puget Sound—Seattle & American Lake; Mann-Grandstaff Spokane; etc.)
- Line-item schedule lists 1-year maintenance for specific devices/serial numbers (UCSA Platinum Elite DX RTD, UCSA Ultima CPX, Ultima CardiO2) and Networking & HL7 Interface Support agreements (up to 3 connections) — useful for scope and technical match
- Vendor must be OEM, authorized dealer/distributor/reseller and authorized to provide new OEM replacement parts; offer must include OEM authorization letter on OEM letterhead signed and dated 2026
- Contract type: anticipated firm-fixed-price purchase order under RFO 12 (commercial products/services)
- Invoicing/payment: monthly invoicing; payment to Financial Services Center (Austin, TX); EFT per FAR 52.232-33
- Solicitation incorporates FAR 52.212-1/-3/-4/-5 and references Statement of Work in Section D.1 and evaluation factors in Section E (full evaluation not present in extracted sections)
- Submission method: email offers/questions to jennifer.robles1@va.gov
- Form: SF 1449 (solicitation/contract/order for commercial products/services)
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6691
Notice lineage:
- f69e9a2c6a6346ba83cc4acff38c027c (posted 2026-03-30) - current
Last synced: 2026-03-31T11:26:05.342602+00:00
Last analyzed: 2026-03-30T23:00:21.671039+00:00
Latest package fingerprint: 02b9eb709f08e2fc50e5dd2aa63df149862dcb27bfa9086dde31b0fb17ae50eb
Latest package notice: f69e9a2c6a6346ba83cc4acff38c027c
Latest package documents: 2
Evidence limitations- S02 36C26026Q0495 02.pdf: partially reviewed (too large)
- 2026-03-30T22:59:14.087134+00:00: f69e9a2c6a6346ba83cc4acff38c027c with 2 docs
- 2026-03-30T17:55:10.608521+00:00: f69e9a2c6a6346ba83cc4acff38c027c with 2 docs
Labels
Human notes
No human notes yet.