Opportunity
SAM #36C25626Q0734
Full-Service Maintenance Plan for Neptune 3 Rover and Neptune 2 Docker Medical Devices
Buyer
Vancouver VA Medical Center
Posted
April 28, 2026
Respond By
May 12, 2026
Identifier
36C25626Q0734
NAICS
811210, 811219
The Department of Veterans Affairs, through its Network Contracting Office 16, is seeking market research for a comprehensive maintenance plan for Neptune 3 Rover and Neptune 2 Docker medical devices at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 16, G.V. (Sonny) Montgomery VA Medical Center - OEMs and Vendors: - No specific OEMs or vendors are named, but the equipment referenced is Neptune 3 Rover and Neptune 2 Docker - Products/Services Requested: - Full-service maintenance plan/agreement for Neptune 3 Rover and Neptune 2 Docker devices - Services must include: - 24/7 help desk support - Maintenance and repairs by factory-trained and certified technicians - Use of only original manufacturer (OEM) parts for all maintenance and repairs - Compliance with all manufacturer procedural requirements and federal/FDA safety standards - Safety inspections and preventative maintenance per OEM schedules - Legal rights to proprietary software and continuous access to manufacturer software updates - All parts for maintenance and repairs provided at no extra cost - 95% equipment uptime rate required - Response to service calls within one business day - Unique/Notable Requirements: - Technicians must have current factory training certification - Only manufacturer-approved parts and software updates permitted - Vendor must provide evidence of compliance with all manufacturer and federal standards - All services must be performed at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS
Description
This is a sources sought announcement only. This is not a solicitation for proposals and no contract will be awarded from this announcement.
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210, Electronic and Precision Equipment Repair and Maintenance, $34M.
The VHA Network Contracting Office (NCO) 16 The G.V. (Sonny) Montgomery Veterans Affairs Medical Center located in Jackson, MS requires the following services for the facility: Full-Service Plan/Agreement for Neptune 3 Rover and Neptune 2 Docker.
Responses to this sources sought must include the following information: 1. Your company name, address, contact person name, phone number, fax number, e-mail address(s) and UEI SAM number (i.e. LV91LJ4B1Z98), DUNS number, and company website if available. 2. Your company GSA/FSS contract number if available. 3. Socio-economic status of the business (i.e. SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business) 4. Capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capabilities are sought. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 5. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining a procurement strategy for the future requirements.
- Notice of Intent to Sole Source. The current procurement strategy is an Unrestricted competitive solicitation until determined after the close of this notice. If there are no responses to this notice, a determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. No response is a response.
Interested vendor should submit an email to michelle.atwell@va.gov. All responses must be received in writing no later than 10:00 AM CST/local time on May 12, 2026. Vague or incomplete submissions of capabilities will be considered dated, inaccurate, and irrelevant information and will not be used in the development of any acquisition plan or procurement strategy. Questions or inquiries will not be answered or acknowledged, and no feedback will be provided. This is not a solicitation and there is no solicitation document available at this time.
REQUIRED SERVICES:
Services must ONLY be performed by trained technicians, who have evidence of current factory training on the specific device being serviced. This must be available 24 hours a day from the vendors help desk line.
Must provide evidence of equipment standards and traceability and final device performance testing that follows and complies with all manufacturer s procedural requirements.
Must guarantee that safety inspections performed will comply with all applicable federal, state, and regulatory requirements, manufacturer standards, and meet FDA alerts and recall requirements.
Each technician must be certified on the device prior to performing any service and/or maintenance on manufactured equipment.
Must provide evidence of recent attendance and successful completion of the Manufacturer Factory Training Seminars for each product serviced.
Must maintain continuous access to the most up to date manufacturer software revisions of the equipment listed.
Must guarantee execution of all Manufacturer Service Recommendations during each service incident, including the use of ONLY manufacturer planned maintenance and repair parts. (Note: Failure to utilize original manufacturer parts may result in the improper operation of the equipment.)
Must possess the legal rights to propriety software. Must provide updated versions of the software when released.
The service technician must have completed training for each specific device by a Manufacturer Authorized Trainer prior to performing service on said device.
The vendor must keep equipment functioning at a 95% uptime rate. The vendor must perform preventative maintenance that adheres to the original equipment manufacturer schedules.
The vendor must perform all planned/preventative maintenance within the timeframe specified by the facility.
All parts needed for PMs and CMs shall be provided by the vendor to return the device to service at no extra cost to the facility. The G.V. Sonny Montgomery VAMC will not be charged for any parts necessary to maintain the service.
Must respond to all calls for service within one business day.
DISCLAIMER: This notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice.