Search Contract Opportunities

Automated Impella Controller

ID: 36C26225Q1319 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 19 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with (IAW) Far 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing automated impella control units. Manufacturer: Abiomed, Inc. Item Description: Impella Automated Controller Quantity: 2 Item Number: 0042-0040-US Equal to product Information: Main component: Automated impella control units Salient Characteristics for Impella Control Units Must: Be compatible to be used with Impella Heart Pumps at the VAMC Greater Los Angeles Have at least a 10.4 color display Be able to mount to Controller Cart Have at least 60 minutes of batter back-up power for mobile transport The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of salient characteristics requirements. For instances where your company cannot meet the salient characteristics requirement(s), please explain. For instances where your company can meet the salient characteristics requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of salient characteristics requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of salient characteristics? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, August 8th, 2025 by 4:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
Background
The Department of Veterans Affairs (VA) is seeking information about potential qualified sources capable of providing automated Impella control units. This Sources Sought Notice / RFI aims to gather insights regarding the capabilities of businesses. The information collected will assist the government in making informed acquisition decisions.

Work Details
The VA is looking for the following specific products:
- **Manufacturer**: Abiomed, Inc.
- **Item Description**: Impella Automated Controller
- **Quantity**: 2
- **Item Number**: 0042-0040-US

**Salient Characteristics for Impella Control Units**:
1. Must be compatible with Impella Heart Pumps at the VAMC Greater Los Angeles.
2. Must have at least a 10.4” color display.
3. Must be able to mount to a Controller Cart.
4. Must have at least 60 minutes of battery back-up power for mobile transport.

Place of Performance
Department of Veteran Affairs, VAMC Greater Los Angeles, 11301 Wilshire Blvd, Los Angeles CA, Postal Code: 90073, USA.

Overview

Response Deadline
Aug. 8, 2025, 7:00 p.m. EDT Past Due
Posted
Aug. 5, 2025, 3:19 p.m. EDT
Set Aside
None
Place of Performance
Department of Veteran Affairs VAMC Greater Los Angeles Los Angeles 90073 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Signs of Shaping
The solicitation is open for 3 days, below average for the VISN 22: Desert Pacific Healthcare Network.
On 8/5/25 VISN 22: Desert Pacific Healthcare Network issued Presolicitation 36C26225Q1319 for Automated Impella Controller due 8/8/25. The opportunity was issued full & open with NAICS 334510 and PSC 6515.
Primary Contact
Title
Contract Specialist
Name
Nate Munson   Profile
Phone
(562) 681-2951

Documents

Posted documents for Presolicitation 36C26225Q1319

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Presolicitation 36C26225Q1319

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C26225Q1319

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C26225Q1319

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 262-NETWORK CONTRACT OFFICE 22L (36C262)
FPDS Organization Code
3600-00262
Source Organization Code
100173469
Last Updated
Aug. 5, 2025
Last Updated By
nathan.munson@va.gov
Archive Date
Nov. 6, 2025