SPECIAL NOTICE
70 -- Upgrade Natus NeuroWorks 9 to NeuroWorks 10
- Notice Date
- 7/23/2025 11:27:00 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625Q1205
- Response Due
- 7/28/2025 1:00:00 PM
- Archive Date
- 08/06/2025
- Point of Contact
- Jeneice Matthews, Contracting Officer, Phone: 713-791-1414
- E-Mail Address
-
jeneice.matthews@va.gov
(jeneice.matthews@va.gov)
- Awardee
- null
- Description
- Special Notice Special Notice Page 4 of 4 Special Notice *= Required Field Special Notice Page 1 of 4 This is a Special Notice issued as an Intent to Sole Source / request for information (RFI) only. The responses to this posting will be used to establish the procurement strategy for example, set-aside, sole source, unrestricted for a solicitation that VA intends to post in the near future. Please review the attached document(s) for more details on this requirement. See attached file(s): 36C25625Q1205 RFI NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C25625Q1205 in the subject line. The Department of Veteran Affairs (VA), Veterans Health Administration, Network Contracting Office 16, Houston, Texas 77030, intends to negotiate and award a sole source, single, firm-fixed price contract to NATUS MEDICAL INCORPORATED for Upgrade from Natus NeuroWorks 9 to NeuroWorks 10 at the Michael E. DeBakey VA Medical Center (VAMC) located in Houston, Texas in accordance with 41 U.S.C. ยง3304(a)(1) as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements . This Special Notice is published in accordance with FAR Part 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This is not a request for competitive offers, and no solicitation is available. Market research has determined that the highly specialized service for the acquisition is essential to the Government s requirements, is available from the only source capable without an unacceptable delay or duplication of cost and no other type of service will satisfy agency requirements. The Government intends to award the contract with an anticipated date of 1 September 2025 to NATUS MEDICAL INCORPORATED 3150 Pleasant View RD, Middleton, Wisconsin 53562- UEI: UMMUFALM4JJ3. The intended procurement will be classified under North America Industry Classification System (NAICS) 541519 Other Computer Related Services with a small business size standard of $34,000,000.00. Basic description of the requirement: The Contractor shall furnish non-personal services to upgrade the existing Natus NeuroWorks Version 9 neurodiagnostic system to Version 10 for use at the Michael E. DeBakey VAMC in Houston, TX. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than the date/time indicated below. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The VA will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be considered. As a result of analyzing responses to this notice of intent, the government will determine if a solicitation be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. RFI responses are due by 3:00p.m. Central Time on July 28, 2025; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe Acrobat format and virus checked prior to submission via email to Jeneice Matthews, Contracting Officer jeneice.matthews@va.gov. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements to Jeneice Matthews, jeneice.matthews@va.gov. Capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support the requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b0747729f88b479f98deba6eba1c3ebb/view)
- Record
- SN07520386-F 20250725/250723230044 (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 |