7E20--Intent to Sole Source - NATUS EMG Cerner Upgrades Indianapolis VAMC
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 25, 2026. Industry: NAICS 334510 • PSC 7E20.
Market snapshot
Awarded-market signal for NAICS 334510 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334510
Description
Notice of Intent to Sole Source Requirement Natus EMG Cerner Upgrades The Network Contracting Office (NCO) 10, located at 260 E. University Avenue, Cincinnati, OH 45219-2356, intends to solicit and award a Sole Source, Firm-Fixed-Price, Purchase Order to one large business, Natus Medical Incorporated. The purchase order will be for the VISN 10, Richard L. Roudebush Veterans Affairs Medical Center (RLR VAMC) at 1481 W. 10th Street, Indianapolis, IN 46202-2803. The original equipment manufacturer (OEM) for this equipment is Natus Medical Incorporated. Natus Medical Incorporated 3150 Pleasant View Road Middleton, WI 53562-4800 The Contractor shall provide the following commercial equipment and services: (1) Replacement Electromyography (EMG) System Software Upgrades for five (5) Electromyography (EMG) Systems Delivery, Installation and Training The associated North American Industry Classification System (NAICS) code for this acquisition is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing. The NAICS Size is 1,250 Employees. The Product Service Code (PSC) is 7E20 - IT and Telecom - End User: Conferencing, AV, Helpdesk, Deskside Support, Workspace, Printers, Collaboration and Productivity Tools (Hardware and Perpetual License Software). This procurement is being conducted under Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12, Acquisition of Commercial Products and Commercial Services, and in accordance with (IAW) GSAR 538.7104-3, Sole Source Justifications, only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. The anticipated award date is February 26, 2026. The Government intends to award a Firm-Fixed-Price contract. This is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s capability, certifications, and authorization to compete for this acquisition to include a rationale for why you should be considered. The government reserves the right to verify and request additional documentation to be submitted. Interested parties must identify their interests and capability to respond to this requirement within five (5) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties must identify their interest solely via email to Contracting Specialist, Barbara Robertson, Barbara.Robertson@va.gov no later than February 25, 2026, at 4:00 PM Eastern Standard Time (EST). When responding to this announcement, respondents should include " 36C25026Q0330 - Notice of Intent" in the subject line. Late responses shall not be accepted. No telephone inquiries will be accepted nor will telephone calls be returned. Only emailed responses will be considered. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Note: The delivery of gray market items to the VA for the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Questions regarding this notice should be sent to Contracting Specialist, Barbara Robertson no later than February 24, 2026, 12:00 PM Eastern Standard Time (EST) at Barbara.Robertson@va.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.