36C24626Q0448
J065--Medrad Injector Service Contract
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 246-NETWORK CONTRACTING OFFICE 6 (36C246)
Quick analysis
Opportunity is a 100% SDVOSB set‑aside for Medrad Injector maintenance at Richmond VAMC (NAICS 811210). Trace Systems is not SDVOSB per company profile, creating a disqualifying compliance gap.
Scope is OEM-specific medical equipment preventive maintenance and repair with OEM-certified parts and 24/7 remote support—outside Trace’s core SATCOM/C5ISR/IT lanes.
Access would require teaming under an SDVOSB prime and OEM-certified medical device service capability; there is no evident strategic value for Trace in VA medical device maintenance.
Document extraction is partial (sections 1 and 4 only); equipment list and some details not reviewed, but this does not change the clear set‑aside ineligibility.
Scope summary
- Contractor must be an SDVOSB (verified at submission and award per VA requirements).
- Preventive maintenance and unscheduled repairs for Medrad injectors per OEM specifications.
- Use of OEM-certified parts; software/firmware updates included.
- 24/7 VirtualCare remote support capability.
- Field Service Reports after each service event; coordination with COR/biomed for check-in/out.
- Work primarily M–F 8am–5pm; after-hours with COR approval and separate PO for overtime.
- Electronic invoicing via VA FSC eInvoice; invoices in arrears; NET 30 terms.
- Compliance with VAAR clauses including 852.219-75 (limitations on subcontracting) and security/procurement restrictions (e.g., Section 889).
Dimension scores
Scope is OEM-specific medical device maintenance (Medrad injector PM/repair, OEM-certified parts, 24/7 remote support). This is outside Trace’s core capabilities (SATCOM, CDS, MPE, C5ISR, IT O&M). NAICS 811210 is secondary for Trace but not in medical device context. Evidence: SOW bullets in ledger.
No cited Trace past performance with VA medical centers or medical device maintenance. Company profile lists DISA/USAF/USSF/MDA work, not VA clinical equipment. Evidence: company_profile past performance list; customer is VA NCO 6.
Not on a Trace-held prime vehicle; acquisition is a standalone SDVOSB set‑aside. Trace lacks eligibility to prime and would need an SDVOSB teammate for access. Evidence: set‑aside in ledger; company_profile shows Trace not SDVOSB.
Clear disqualifier: 100% SDVOSB set‑aside and Trace is not SDVOSB. OEM-specific medical maintenance market likely favors SDVOSB firms with OEM certifications. Evidence: VAAR 852.219-75 referenced; company_profile indicates not SDVOSB.
Very high pursuit risk due to set‑aside ineligibility (prime non-starter) and out-of-lane OEM medical maintenance requirements. Execution risk would also be high without OEM certifications. Evidence: set‑aside requirement; SOW OEM parts/certification language.
VA is not a stated target agency and medical device maintenance does not align with Trace strategic lanes. Even if pursued via teaming, strategic leverage is minimal. Evidence: company_profile target agencies; SOW scope.
100% SDVOSB set‑aside requiring verified SDVOSB status at offer and award; Trace is not SDVOSB. This is a likely disqualifier per scoring guidance. Evidence: ledger note on SDVOSB verification; company_profile set‑aside eligibility.
Concerns
- Ineligibility to prime due to SDVOSB set‑aside.
- Lack of OEM-specific medical device maintenance capability and certifications.
- Partial document extraction; equipment list (Attachment 1) not reviewed, adding scope uncertainty.
- Short response window (due 04-02-2026 12:00 PM EDT).
Teaming opportunities
- SDVOSB prime contractor to access the opportunity.
- OEM-certified Medrad injector service technicians and parts supply capability.
- Existing VA medical center maintenance experience and local Richmond VAMC presence.
Competitive position
- None identified; scope and set‑aside do not align with Trace differentiators.
Bid/No bid factors
- Set-aside type mismatch: 100% SDVOSB and Trace is not SDVOSB (automatic review flag per scoring guidance).
- Out-of-lane technical scope (medical device maintenance vs. Trace’s SATCOM/C5ISR/IT lanes).
- Partial solicitation visibility: equipment list and some clauses not extracted; confirm scope and estimate (doc shows ~$34M).
Documents
Download all
36C24626Q0448_1.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 4 only) of SF-1449 and the Statement of Work for solicitation 36C24626Q0448: Medrad Injector Service at Richmond VAMC. The doc states a 100% SDVOSB set-aside, NAICS 811210, base period 04/15/2026–04/14/2027 plus two option years, estimated $34M, and describes preventive maintenance, unscheduled repairs, OEM parts, 24/7 VirtualCare remote support, FSR deliverables, invoicing procedures, and multiple VA/FAR clauses (vetting, subcontracting limits, and procurement restrictions). Review is partial; much of the solicitation (attachment/equipment list and other sections) was not extracted.
- Solicitation: 36C24626Q0448 — Medrad Injector Service (Richmond VAMC)
- Set-aside: 100% SDVOSB — all offerors must be SDVOSB-verified at submission and award (relevance: Trace is not SDVOSB per company profile)
- NAICS: 811210 (equipment maintenance/repair)
- Estimated dollar amount shown on SF-1449: $34 Million (appears as size/estimate in doc)
- Place of Performance: Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249
- Performance period: Base 04/15/2026–04/14/2027 + 2 option years
- Due date (from extracted SF-1449): 04-02-2026, 12:00 PM EDT (matches opportunity metadata)
- Scope: preventive maintenance (annual minimum per OEM), unscheduled repairs, labor, travel, monitoring, parts included (OEM-certified parts required), software/updates, VirtualCare 24/7 remote support
- Deliverables/operations: Field Service Report after each scheduled/emergency maintenance; vendor must check in/out with COR/POC/biomed staff; deliveries to warehouse loading dock
- Invoicing/payment: Electronic invoicing via VA FSC eInvoice; invoices submitted in arrears (document indicates '30 days after POP end date' as invoice timing) and NET 30 terms
- Work hours: Repairs performed M–F 8am–5pm; off-hours require COR approval and separate PO/invoice for overtime
- Attachment 1 referenced: equipment list (not included in reviewed extraction) and allows addition of equipment by modification
- Contract clauses flagged in extracted sections: VAAR 852.219-75 (limitations on subcontracting/certificate), VAAR vetting/PIV clauses (852.204-70, 852.204-72), option to extend (52.217-9), and security/procurement restrictions (American Security Drone Act / FASC prohibitions, Section 889 covered telecom, OFAC/SDN/exports restrictions)
- Administrative/Government contacts: Contracting Officer and Admin by Network Contracting Office 6 (Cole Culley listed in SF-1449)
- No access to sensitive information required per SOW (explicitly stated)
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6551
Notice lineage:
- d78c72f6749649ccbd0df19714ef4f78 (posted 2026-03-30) - current
- abdcabf020f845d4b4fa539b3181f3f3
Last synced: 2026-03-31T11:19:50.434852+00:00
Last analyzed: 2026-03-30T22:40:45.061130+00:00
Latest package fingerprint: c74f4d1f3a666e6ac656c8626c45821ee28964d03ab93c96b7227df8660aebea
Latest package notice: d78c72f6749649ccbd0df19714ef4f78
Latest package documents: 1
Evidence limitations- 36C24626Q0448_1.docx: partially reviewed (too large)
- 2026-03-30T22:39:39.979427+00:00: d78c72f6749649ccbd0df19714ef4f78 with 1 docs
Labels
Human notes
No human notes yet.