Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
ID: 36C25925Q0176Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.

    Point(s) of Contact
    Karly MorrisContract Specialist
    (000) 000-0000
    Karly.Morris@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) announces its intent to award a sole source contract to Philips Healthcare for preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This contract is based on the proprietary nature of Philips Healthcare’s radiology systems, as they are the sole authorized providers for necessary services. The performance period is set from March 1, 2025, to February 28, 2026, and is related to a larger Indefinite Delivery Indefinite Quantity (IDIQ) contract with Philips. Interested parties may express their capabilities to meet this requirement by the deadline of February 10, 2025, although the VA retains the discretion to not seek competitive bids. The document outlines the relevant contracting details, including the contacts and regulations underlining the procurement process, reinforcing the confidentiality and non-competitive nature of this solicitation. This action reflects the VA's commitment to maintaining operational equipment for veteran healthcare services while adhering to procurement regulations.
    Similar Opportunities
    DA10--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for PHILIPS Imaging Equipment utilized in diagnostics, including X-Ray, CT, and Ultrasound, at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure compliance with manufacturer instructions for adjustments, calibration, and parts replacement, thereby maintaining optimal operation of the medical equipment critical for veteran care. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses, and interested parties must submit their qualifications, including company information and a Capability Statement, by the specified deadline of 11:00 AM Pacific Time. For further inquiries, potential respondents can contact Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Philips Telemetry System and Packs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the acquisition of a Philips Telemetry System and Packs for the Kansas City Veterans Affairs Medical Center. The primary objective of this procurement is to enhance patient safety and telemetry monitoring capabilities through the installation of specific Philips equipment, particularly for the newly activated 4E unit. This initiative underscores the VA's commitment to upgrading medical technology while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in federal contracting. Interested bidders must submit their offers by February 7, 2025, and direct any inquiries to Veronica (Betty) T Flores at Veronica.Flores@va.gov.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.
    DA10--TeraRecon Picture Archiving Computer System (PACS) Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to TeraRecon Inc. for the maintenance and support of the TeraRecon Picture Archiving Computer System (PACS) at the Philadelphia VA Medical Center (VAMC). This contract, effective from March 11, 2025, for a base year with four optional years, aims to ensure the continuous operability of the PACS, which is critical for storing diagnostic patient images. Key services required include software licensing, hardware and software support, and timely response to service calls based on the severity of issues encountered. Interested parties must submit capability statements demonstrating their qualifications by February 13, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    Philips Medical Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, is issuing a Notice of Intent to Sole Source for maintenance services of Philips radiology equipment at the Landstuhl Regional Medical Center (LRMC) in Germany. The contract will be awarded to Philips GmbH, as they are uniquely qualified to provide the necessary preventive maintenance and repairs due to their direct knowledge of the equipment, which is critical for ensuring optimal patient care. This contract, structured as a firm fixed price for non-personal services, will cover a base year with four optional years, emphasizing the importance of maintaining readiness and effectiveness in the medical mission at LRMC. Interested parties can reach out to Bouaphet Phanvongsa at bouaphet.phanvongsa2.civ@health.mil or Michael Hughes at michael.w.hughes92.civ@health.mil for further inquiries.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    J065--Siemens Robotic Arm Maintenance
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 8 (NCO 8), intends to award a sole source contract to Siemens Medical Solutions USA, Inc. for the maintenance of Siemens Robotic Arms. This procurement aims to fulfill annual planned maintenance requirements in accordance with factory specifications, ensuring the systems operate effectively as intended by the manufacturer. The maintenance services will be structured as a Firm Fixed Price contract, covering an initial base year with four optional years. Interested parties may submit their expressions of interest, including details on their capabilities and pricing, by February 5, 2025, at 12:00 PM EST, directed to Contracting Specialist Karina A. Miranda at Karina.miranda@va.gov.