Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

65 -- Patient Monitoring and Telemetry System Salt Lake City, UT

Notice Date
3/5/2026 2:40:36 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0309
 
Response Due
3/11/2026 11:00:00 AM
 
Archive Date
04/10/2026
 
Point of Contact
Stephanie Cahill, Contract Specialist, Phone: **Email preferred**
 
E-Mail Address
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Patient Monitoring and Telemetry System George E. Wahlen VA Medical Center, Salt Lake City, Utah BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies and existing conditions of the marketplace). No award will be made off this posting. The Salt Lake City VA Health Care System (SLC VAHCS) has a need for new patient monitoring equipment, software, and services to replace their existing system throughout their main facility, George E. Wahlen VA Medical Center. **The following line items and quantities are an estimate based off the station s perceived need for this requirement. Provision of this information is intended to provide an approximate scale of the size of this project. The actual solicitation may have modified line items in description and/or quantity depending on further market research. Line Item Description Qty Unit 1 ICU Patient Monitor 13 EA 2 Anesthesia Patient Monitor 14 EA 3 Mid-Acuity Patient Monitor 46 EA 4 Telemetry Patient Monitor 44 EA 5 Transport Patient Monitor 120 EA 6 Low-Acuity Patient Monitor 36 EA 7 Central Station 9 EA 8 Limited Functionality Central Station Display 8 EA 9 Patient Monitor Management System 1 EA 10 Cables TBD EA 11 Disposables TBD EA 12 Training & Education 1 JB 13 Installation 1 JB 14 Software 1 EA 15 Removal of Existing Equipment 1 JB General information: The physiological patient monitoring solution shall include systems for the: Intensive Critical Care Unit (ICU), low acuity medical surgical units, telemetry, Anesthesia, and other specialty areas. The patient monitoring system shall provide a robust full disclosure archive of patient vital records for 7 days, 90 days alarms storages, and interface to the inpatient charting system, known as SLC VAHCS Clinicomp Clinical Information System (CIS). The vendor will use the existing VA provided patient monitoring network where possible to communicate all components of the patient monitor system. The vendor will provide new cabling where needed for their system to function properly. The network will include a secured wired and wireless information technology (IT). The vendor will upgrade and expand wireless coverage for the patient monitoring and telemetry networks as described. **Brand Name or Equal** Previous research conducted by the station team indicates the Philips brand (IntelliVue and Patient Information Center iX) may best meet their needs. However, this Sources Sought posting for market research purposes to determine the capabilities of vendors for the Philips brand as well as determine if there is interest and capability from other vendors offering alternative brands. Currently, we anticipate this requirement will be solicited as Brand Name or Equal. All brands will be considered as long as they are able to meet the salient characteristics and Statement of Work included in the future solicitation. We are currently in the market research stage and therefore welcome any relevant information or feedback that may ensure any future solicitations are comprehensive and fair to all interested parties. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The equipment and services will be delivered to the following location: George E. Wahlen VA Medical Center 500 Foothill Dr., Salt Lake City, UT 84148 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@va.gov by 12:00 PM MST on March 11th, 2026, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 334510 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): **Indicate Open Market if items are not included on FSS/GSA/etc.** Estimated delivery lead time for equipment Approximate amount of time needed for full implementation: Where are the products manufactured/COO: Would the software be perpetual or would an annual subscription be necessary? Is there a monthly or annual support and/or maintenance service offered? Does your company have a trade-in program/option for the existing equipment? Only written responses, to items 1 through 9 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/88e1139636bd4ed69c88ab055325356a/view)
 
Place of Performance
Address: Salt Lake City VA Health Care System George E. Wahlen VA Medical Center 500 Foothill Dr.,, Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN07736454-F 20260307/260305230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.