Opportunity
SAM #36C25926Q0459
VA Seeks Maintenance for Teleflex AC3 Optimus Balloon Pumps at Rocky Mountain Regional Medical Center
Buyer
VHA Network Contracting Office 19
Posted
May 04, 2026
Respond By
May 14, 2026
Identifier
36C25926Q0459
NAICS
811210, 811219
The Department of Veterans Affairs is seeking sources for comprehensive maintenance services for intra-aortic balloon pumps at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 19 (NCO 19) - OEMs and Vendors: - Teleflex (manufacturer of the AC3 Optimus Intra-Aortic Balloon Pump systems) - Products/Services Requested: - Maintenance and service coverage for 5 Teleflex AC3 Optimus Intra-Aortic Balloon Pump systems - Includes scheduled annual preventive maintenance and unscheduled repairs - Coverage includes all parts, labor, hardware/software updates, and 24/7/365 technical support - Priority on-site response within one business day - Discounts on rentals, test equipment, and training seminars - Strict compliance with VA security, records management, and data breach protocols - Unique/Notable Requirements: - Maintenance must cover both scheduled and unscheduled service - Must provide 24/7/365 technical support and rapid on-site response - Compliance with federal security and data management standards is mandatory - Service must be for Teleflex AC3 Optimus IABP units, with specific serial and MX numbers - Respondents must demonstrate capability under NAICS 811210 (Electronic and Precision Equipment Repair and Maintenance) - Period of performance includes a base year with two option years, and monthly invoicing in arrears
Description
The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Rocky Mountain Regional VA Medical Center on Balloon Pump Maintenance. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
Responses shall be submitted to lynn.lim@va.gov by 12:00 pm MT, May 14, 2026.
This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item.
Interested companies shall provide, at a minimum, the following information with their response;
Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: Unique Entity ID: Item(s) on Open Market or FSS Contract: If FSS, contract number? Delivery Time:
The anticipated North American Industry Classification System (NAICS) code is 811210 Electronic and Precision Equipment Repair and Maintenance. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:
[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HUBZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran Owned Small Business (VOSB)
[ ] yes [ ] no - Large Business
[ ] yes [ ] no - Other (please specify)
Please answer the following questions:
[ ] yes [ ] no - Does not exceed 800 employees; (for NAICS 811210, must be verifiable thru the System for Award Management)
[ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;
[ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and
[ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406.
Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request.
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.