J065--DoseMonitor Radiation Dose Monitoring Software Maintenance a nd Support
ID: 36C25025P1127Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Glomax, Inc. for the maintenance and support of the DoseMonitor radiation dose monitoring software. This contract, classified under NAICS code 811210, will provide comprehensive annual maintenance services, including updates, upgrades, and 24/7 support via a virtual private network (VPN), specifically for the Lieutenant Colonel Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The VA believes that Glomax, Inc. is uniquely qualified to fulfill this requirement, emphasizing the importance of OEM-certified technicians for the effective operation of the DoseMonitor system. Interested parties are invited to demonstrate the advantages of competitive proposals by submitting responses via email to the contracting officer, Morgan Stein, by the deadline of May 22, 2025.

    Point(s) of Contact
    Morgan SteinContracting Officer
    Morgan.Stein@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Glomax, Inc. for maintenance and support of the DoseMonitor radiation dose monitoring software. This service contract, classified under NAICS code 811210, will include comprehensive annual maintenance provided by OEM-certified technicians, who will deliver updates, upgrades, and 24/7 support via a virtual private network (VPN). The contract will cover a base term with four optional years and will focus on enhancing the DoseMonitor system used at the Lieutenant Colonel Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The VA believes that Glomax, Inc. is uniquely qualified to fulfill this requirement. This notice serves as an announcement rather than a competitive solicitation and invites any interested party to demonstrate the benefits of competitive proposals by the stipulated deadline of May 22, 2025. All responses must be submitted via email to the contracting officer, Morgan Stein, emphasizing the exclusivity of the proposed vendor.
    Lifecycle
    Similar Opportunities
    J065--Intent to Sole Source | Sun Nuclear Full Service Pittsburgh VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Sun Nuclear for the full service and maintenance of government-owned Sun Nuclear Sun Check systems at the VA Pittsburgh Healthcare System. This procurement is essential for ensuring continuous patient care in the Radiation Oncology department, as these systems are critical for their operations. Sun Nuclear Corporation, as the sole provider, will deliver necessary repairs, software license renewals, support, service loaners, and regular updates for the proprietary systems. Interested firms may submit written notifications and capability statements by December 15, 2025, to the Contract Specialist, Arlene Albrite, at arlene.albrite@va.gov, with the NAICS code for this acquisition being 811210 and a standard size of $34 million.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    Q301--Medical Physicist and Radiation Safety Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Physicist and Radiation Safety Services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, and includes essential services such as quality assurance program reviews, equipment testing, and radiation protection surveys for various medical imaging equipment. The contract has a guaranteed minimum value of $1,000.00 and a maximum value of $400,000.00, with specific requirements for contractor personnel qualifications and security protocols. Interested parties should contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov for further details and to ensure compliance with submission requirements.
    6505--Supply, RADIOPHARMACEUTICALS DATSCAN - NBD 1/1 Indianapolis VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Indianapolis Veterans Affairs Medical Center (VAMC), intends to issue a sole source contract to Medi-Physics, Inc. for the procurement of 20 units of DaTscan Ioflupane, a radiopharmaceutical essential for conducting diagnostic tests. This acquisition is based on the authority of FAR Part 6.302-1, which allows for negotiation with only one responsible source, as Medi-Physics, Inc. is the sole vendor on the Federal Supply Schedule (FSS) contract for this product. The contract is anticipated to be a firm-fixed price agreement with no option years, and responses to this notice must be submitted by 12:00 pm on December 17, 2025, to the primary contact, Rachel MacRae, at rachel.macrae@va.gov or by phone at 734-222-4326.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    36C25626Q0231 Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under solicitation number 36C25626Q0231. The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across multiple locations, including Biloxi, MS, and surrounding areas. This contract is crucial for ensuring the safety and compliance of medical imaging systems used in the Gulf Coast Veterans Health Care System, with a base period from April 1, 2026, to March 31, 2027, and four optional one-year ordering periods. Interested offerors must submit their quotes via email to Contract Specialist Tiffany Lee-Franklin by December 19, 2025, at 4:00 PM CST, and must be certified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) at the time of submission.