Opportunity

SAM #36C24426Q0384

Sole Source Procurement: Siemens MRI Head Coil and Software for VA Pittsburgh Healthcare System

Buyer

VA NCO 4

Posted

April 29, 2026

Respond By

May 04, 2026

Identifier

36C24426Q0384

NAICS

339113, 423450, 423490

The Department of Veterans Affairs, Network Contracting Office 4 (NCO 4), intends to award a sole source contract for specialized MRI equipment and software to support the VA Pittsburgh Healthcare System. - Procurement is for: - Siemens Tx/Rx CP Head Coil #Ae (Part No. 14426332): a circularly polarized, no-tune transmit/receive head coil designed for MRI scans, especially for patients with neurostimulators - Siemens Syngo Expert-i XA60/XA61 (Part No. 14482913): proprietary software enabling remote access and integration with Siemens MRI systems - Only Siemens equipment is compatible with the existing MRI infrastructure at the VA Pittsburgh Healthcare System - One unit of each item is required - Delivery must occur within 60 days of contract award - Respondents must be authorized Siemens distributors and provide proof of OEM authorization - Equipment must meet all technical and compatibility requirements, including integration with Siemens Aera software and patient comfort features - Delivery location is the VA Pittsburgh Healthcare System, North Loading Dock, University Drive C., Pittsburgh, PA 15240 - The Monroeville VA Clinic is also referenced as a government facility in the procurement documentation

Description

DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW RFO 12.102 ForOver Micro-Purchase Threshold but Not Exceeding the Simplified Acquisition Threshold Acquisition Plan Action ID: 36C244-26-AP-2017 Contracting Activity: Department of Veterans Affairs, Network/Program Contracting Office 04, located at 1010 Delafield Road, Pittsburgh, PA 15240, in support of VISN 04 VA Health Care System at Monroeville VA Clinic 421 Mall Circle Drive Monroeville PA 15146. Transaction # 646-26-2-233-0220 Brief Description of Supplies/Services required and the intended use/Estimated Amount: VA Pittsburgh Healthcare has a new urgent requirement for a Tx/Rx CP Head Coil. This head coil is circularly polarized no-tune transmit/receive coil with an open patient-friendly design. The integrated transmit mode allows volume selective excitation. Integrated, extremely low-noise pre-amplifiers permit very high signal-to-noise ratio. Furthermore, the coil is outfitted with SlideConnect Technology, allowing for easier patient preparation and less table time for the patient. This enables studies with very high spatial resolution and very short scan time. The upper part of the coil is detachable and can be fitted with a mirror allowing the patient a rear view out of the magnet. Displaceable cushions are provided with the coil for positioning. The coil is suited for head proton imaging and brain spectroscopy. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: This sole source requirement is needed for this acquisition because Siemens is also the sole proprietor of this product, and their products are the only products that will connect to the existing Siemens system at VA Pittsburgh. A third-party vendor cannot connect to the system that is currently in place. The embedded proprietary software update enables remote access to the system (connected via local area network) for planning and processing. The embedded software is integrated in the syngo user interface, thus enabling easy access to the user interface of the syngo Acquisition Workplace for planning and processing support purposes. The access is protected by appropriate security mechanisms (active enabling prior to every connection through the user present on site, password protection), to prevent unwanted connections. The client software can be operated on any commercial PC with the following specifications: Operating system: Windows 7/8.1/10, NET Framework version 4.5 or higher. Line Item 0001: Tx/Rx CP Head Coil #Ae (MPN) 14426332 Line Item 0002: Syngo Expert-i XA60/XA61 (MPN) 14482913 Description of market research conducted and results or statement why it was not conducted: A Notice of Intent to sole source was posted from 04-29-2026 to 05-04-2026. A completed copy of the market research to support this justification will be uploaded to the award notice. Contracting Officer's Certification: Purchase is approved in accordance with FAR 13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________Andrew TaylorContracting Officer Statement of Need VA Pittsburgh Healthcare SystemTx/Rx CP Head Coil #Ae (14426332) Background The Radiology Department of the VA Pittsburgh Healthcare System (VAPHS) requires the Brand Name requirement purchase of the Tx/Rx CP Head Coil #Ae (14426332). The VA Pittsburgh Radiology Dept. is requesting the purchase of Part no. 14426332 Tx/Rx CP Head Coil/MRI Coil for patients requiring transmit/receive due to implants. The TX/Rx CP Head Coil #Ae will help complete cases for patients with Neurostimulators. Currently, patients requiring MRIs with Neurostimulators need to be completed in the community due to VA Pittsburgh not having this dedicated coil allowing MRI conditional environment requirements to safely scan patients with these implants. The contractor will confirm connectivity with the coil and sync with the software. Deliverables/Requirements Product Quantity 14426332 Tx/Rx CP Head Coil #Ae 1 14482913 Syngo Expert-i XA60/XA61 1 Technical Specs Compatible with Siemens Aera Software and machine CP Send/Receive head coil with integrated preamplifier Upper coil part removable Open patient-friendly design No coil tuning Cushions for patient comfort and stabilization of the head Period of Performance Delivery no more than 60 days after the date of contract award. DELIVERY Delivery will be made to VAPHS locations: North Loading Dock | University Drive C., Pittsburgh, PA 15240 Normal hours of operation are Monday through Friday from 7:30 am to 3:00 pm, excluding holidays. Federal Holidays observed by the VAMC are: New Year's Day Martin Luther King Day Presidents' Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Christmas Day Thanksgiving Day Logistics will receive these items, PPM will place EE tags, and Bio Medical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. REQUEST FOR INFORMATION INSTRUCTIONS: It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 800 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Must have an authorized distributor letter from the original equipment manufacturer. If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor3@va.gov no later than, 4:00 PM Eastern Time (ET) on May 4, 2026. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. Questions or responses will include the Source Sought number 36C24526Q0384 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a capability statement addressing its ability to meet the requirements listed above to capability statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov include 36C24426Q0384 in the subject line. DISCLAIMER This RFI Notice of Intent is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document Additional Links:VA Pittsburgh Healthcare

View original listing