Mammography Imaging Equipment PM Services
ID: 36C26124Q0096_1Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking Mammography Imaging Equipment PM Services. This service is typically used for the maintenance and repair of medical imaging equipment, specifically the Hologic Horizon A and Hologic Selenia Dimensions located at VA Pacific Islands Healthcare system (VA PIHCS) in Honolulu, HI. The contractor will be responsible for providing all labor, transportation, parts, test equipment, tools, and expertise necessary for the maintenance of the equipment. This includes corrective maintenance, planned maintenance, and software maintenance. The vendor must be able to apply changes to ensure the equipment is maintained to manufacturer's standards, including software and quality updates. The vendor should provide all coverages and benefits normally included in their commercial service and support agreements. For more information, contact Bruce Lundvall at bruce.lundvall@va.gov or Jared Dawson at jared.dawson@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    J065-- CTX Biosense Webster
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and support for the CARTO-3 Advanced Imaging Technology ASA at the Central Texas Veteran Health Care System in Temple, Texas. The procurement includes preventive maintenance services, corrective maintenance, and training materials for software upgrades related to the CARTO-3 System, which is crucial for creating real-time three-dimensional maps of cardiac structures to assist electrophysiologists in treating heart rhythm conditions. Interested vendors must respond to this Sources Sought Notice by 08:00 AM Central Time on September 23, 2024, and provide relevant business information, including size status and proof of authorization as a distributor, to Michelle Cunningham at michelle.cunningham@va.gov.
    J065--Service and Maintenance for Varian Linear Accelerator Trilogy and Varian Aria and Eclipse Software
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to Varian Medical Systems for the service and maintenance of a Varian Linear Accelerator Trilogy and associated Aria and Eclipse software at the Philadelphia VA Medical Center. The contract aims to ensure the continuous reliability and safety of government-owned medical equipment through annual preventive maintenance and operational support over a base year with four optional years. This equipment is critical for patient care, necessitating adherence to strict safety and operational standards. Interested parties must submit capability information, including relevant experience and certifications, by 12:00 PM ET on October 1, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    6540--Brand name or Equal Imaging Module System Phoenix VA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of the IM910 Imaging Module for the BQ-900 system with Eye Suite, intended to enhance patient care services at the Phoenix VA Health Clinic. This procurement includes the purchase of six imaging modules, additional equipment, installation, and training services, with a focus on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The goods are critical for ophthalmic care, ensuring that the clinic can provide high-quality medical services to veterans. Interested vendors must submit their proposals by September 19, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Latisha Baker at latisha.baker@va.gov or 254-899-6001 for further details.
    6525--May 2024 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking services for the May 2024 Consolidation - HTME with Extended Installation Services (includes Turnkey Services). This procurement is for Irradiation Apparatus Manufacturing, specifically in the area of Imaging Equipment and Supplies: Medical, Dental, Veterinary. The primary contact for this procurement is Michael J Kuchyak, who can be reached at michael.kuchyak@va.gov or 708-786-5906.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    Semi- Preventative Maintenance Service on the X-Ray Machine and Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for semi-preventative maintenance services on an X-Ray machine and enclosure. The contract requires the contractor to perform two maintenance visits per year, ensuring the X-Ray system's optimal functionality, which is critical for safety evaluations in aviation and weapons systems. Interested parties must submit their responses, including organizational details, to the Contract Specialist, Terry B. Clark, via email by 12:00 p.m. Central Standard Time on September 24, 2024. This opportunity is part of market research to determine procurement methods and may lead to small business set-asides or full and open competition.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    6515-- GE Healthcare LOGIQ e R9 Systems Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of one GE Healthcare LOGIQ e R9 Systems Ultrasound Machine, intended for use at the Sheridan VA Medical Center in Wyoming. The ultrasound machine must meet specific criteria, including a minimum 14” full touchscreen, two active probe ports, and wireless capabilities for real-time imaging, to enhance ultrasound-guided vascular access for veterans. This procurement reflects the VA's commitment to providing essential medical services while supporting small businesses, as the solicitation is set aside exclusively for small businesses, with quotes due by 2:00 PM Mountain Time on September 20, 2024. Interested vendors should submit their quotes via email to Contract Specialist Marc Del Valle at marc.delvalle@va.gov, and any inquiries must be made in writing by September 18, 2024.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.