Opportunity

SAM #36C25626Q0716

VA Seeks AV Simulation Lab Upgrade with Laerdal SimCapture at Central Arkansas Veterans Healthcare System

Buyer

Vancouver VA Medical Center

Posted

April 24, 2026

Respond By

May 04, 2026

Identifier

36C25626Q0716

NAICS

541512, 238210, 339113, 541690

The Department of Veterans Affairs is seeking contractors to upgrade the Education AV Simulation Lab at the Central Arkansas Veterans Healthcare System in North Little Rock, Arkansas. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 16 (NCO 16) - OEMs and Vendors: - Laerdal Medical (SimCapture and related AV simulation products) - Products and Quantities Requested: - SimCapture Pro-Premise Software (Part #227-SWUPRO): 3 licenses - SimCapture Node (Part #227-05050): 2 units - SimCapture On-Premise Ultraportable (Part #227-01001): 1 unit - SimCapture Pro Control Server 2TB (Part #227-20250): 1 unit - Studio Audio Package (Part #227-52150): 2 packages - IP Paging Speaker (Part #227-53450): 2 units - HDMI to IP Encoder Package (Part #227-56550): 2 units - Small PTZ Camera Package (Part #227-56250): 2 units - Software Paging License (Part #227-20150): 1 license - Software Paging USB Headset (Part #227-53350): 1 unit - SimCapture Pro On-Premise Implementation (Part #227-B-85050): 1 service - SimCapture Pro On-Premise Installation (Part #227-83050): 3 services - SimCapture Pro On-Premise Admin Set up Training (Part #227-VT1015SC-P): 1 course - Teaching with SimCapture Pro On-Premise Training (Part #227-ED51400SC-P): 1 course - Services Requested: - Installation of all AV and simulation equipment in designated lab rooms - Software setup, educational services, and training for SimCapture systems - System administrator and instructor training courses - Unique or Notable Requirements: - All work must comply with VA regulations and security requirements - Contractor personnel must be qualified and may not connect non-VA equipment to the VA network - Installation and training must be completed within 90 days of contract award - Place of Performance: - Eugene J. Towbin Healthcare Center, 2200 Fort Roots Drive, North Little Rock, AR (Sim Lab rooms B20-A, B20-D, and control room B20-C)

Description

SOUGHT NOTICE ONLY. This synopsis is not a request for quote, proposal, or bid. This notice is not a solicitation as defined by FAR 2.101; therefore, it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary and subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any costs incurred in developing information provided to the Government. The Government requests that restrictive or proprietary markings not be used in responses. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website or GSA. Interested parties are responsible for monitoring these sites for additional information. The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 339113 is 800 employees. 1. Purpose: NCO 16 issues this Sources Sought Notice as a Request for Information (RFI). This RFI is for market research purposes only to seek contractors capable of providing the Central Arkansas Veterans Healthcare System (CAVHS) with all labor, tools, materials, supplies, equipment, cabling, licensing, personnel, supervision, and transportation required to update the audio visual (AV) simulation lab technology equipment to support educating medical staff. 2. Place of Performance: Eugene J. Towbin Healthcare Center 2200 Fort Roots Drive North Little Rock, AR 72114 3. Opportunity: NCO 16 seeks information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to respond to assist NCO 16 in determining potential industry competition. NOTE: All questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor can meet the requirements. 4. Responses Requested: NCO 16 requires answers to the following questions in this RFI. Unanswered questions will be considered non-responsive. a. Is the Contractor licensed/certified to provide High-Speed Internet Services and any updates as required? Contractor shall attach documentation of licensing/certification for review. b. Are contractor personnel/technicians certified/licensed to install required hardware? Contractor shall attach documentation of accreditation/certification. c. Provide point(s) of contact name, address, telephone number, email address, company size, and DUNS number. d. Is your company a small business (SDVOSB, VOSB), SDB, HUBZone, or 8A concern? NAICS Code: 339113, PSC Code: 6910: Training Aids. Please provide proof of qualifications. e. Is your company available under any Government Wide Agency Contract (GWAC), GSA Schedule, IDIQ, or BPA? If so, list contract number and a brief description of products/services. f. What is the estimated market pricing for services of this magnitude? Please provide an estimated pricing guide/structure. 5. Capability Statement: Provide your capability statement demonstrating your company's understanding and ability to perform High-Speed Internet Services as per the attached Performance Work Statement. 6. Relevant Experience: Provide relevant government or commercial experience within the last three years, including contract number, point of contact, phone, email, and a brief description of how the contract relates to the technical capability within the telecommunications/internet industry. 7. Subcontracting: If subcontracting, provide subcontractor's business name, address, phone number, DUNS, specific tasks, and percentage of effort. The contractor shall be capable of providing all requirements and objectives. 8. Instructions and Response Guidelines: Responses are due by 3 PM CST on Monday, May 4, 2026. Size limit: 8.5 x 11 inches, 12-point font, 1-inch margins, in Microsoft Word format via email to joseph.warren@va.gov. All questions must be submitted by 10:00 AM CST on Wednesday, April 29, 2026, via email to the same address. Telephone inquiries will not be accepted. The subject line must read: 36C25626Q0716 Education AV Simulation lab. There is no page limitation on responses to sections 4(a) - 4(f). All questions will be considered part of the market research to determine contractor capability. Additional relevant information may be provided. Responses will be used solely for market research and will not be released outside the NCO 16 Purchasing and Contract Team. 11. Contact Information: Contracting Officer, Joseph Warren Email: joseph.warren@va.gov

View original listing