J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
ID: 36C25026Q0112Type: Solicitation
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 is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement requires comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is crucial for ensuring efficient patient flow and management within the facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four additional one-year option periods. Interested parties can contact Contract Specialist Michael E. Groneman at Michael.Groneman@va.gov for further details.

    Point(s) of Contact
    Michael E GronemanContract Specialist
    Michael.Groneman@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for an annual service agreement for the Q-Matic Customer Flow Management System at the Chillicothe VAMC. This Request for Proposal (RFP) outlines requirements for hardware and software maintenance, including specific tasks such as on-site support during business hours (with potential after-hours work for minimal disruption), a 4-hour telephone response, 24-hour on-site repair, and a 95% equipment uptime guarantee. The contract will be a Firm Fixed Price (FFP) type, with a base year from January 1, 2026, to December 31, 2026, and four one-year option periods. The solicitation also details administrative data, invoice submission procedures (electronically via Tungsten), and various Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses governing contract terms, conditions, and compliance, including prohibitions on certain foreign-made equipment and software.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 10 has issued a presolicitation notice for a Q-Matic service contract. The solicitation, numbered 36C25026Q0112, is expected to be posted on SAM around December 1, 2025. Responses are due by November 14, 2025, at 10:00 AM Eastern Time. The contract's start date is January 1, 2026, with performance taking place at the Chillicothe VAMC in Chillicothe, Ohio. This notice serves to inform interested parties about the upcoming opportunity, which falls under Product Service Code J065 and NAICS Code 811210. The point of contact for this presolicitation is Michael E. Groneman, a Contracting Officer at the Department of Veterans Affairs.
    Similar Opportunities
    6530--Self-Service Kiosk and Intelligent Queueing Display Hardware
    Buyer not available
    The Department of Veterans Affairs (VA), specifically the VISN 15 Network Contracting Office, is seeking information from potential vendors for the procurement of self-service kiosks and intelligent queueing display hardware at the Kansas City VA Medical Center. The requirement includes the purchase of six new kiosks and a two-year hardware warranty for 28 existing kiosks, all of which must be compatible with the existing Vetlink software and capable of integrating with future Electronic Health Record Modernization (EHRM) plans. These kiosks are critical for enhancing patient and staff interactions while ensuring compliance with privacy regulations, ADA requirements, and operational standards. Interested parties must submit their responses, including company details and capabilities, to Contract Specialist Tracie Raggs at tracie.raggs@va.gov by December 12, 2025, at 0800 CST.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of 10-color Flow Cytometry instrumentation, along with ancillary sample and reagent preparation equipment, for the Clement J. Zablocki VA Medical Center located in Milwaukee, Wisconsin. The contract can be structured as a Cost per Patient Reportable Result (CPRR), Cost per Test (CPT), or a fixed monthly lease, emphasizing that it is not a capital purchase. This advanced instrumentation is crucial for performing Lymphocyte Subsets and Leukemia/Lymphoma Immunophenotyping, and it must include FDA-approved systems along with comprehensive support services such as training and preventative maintenance. Interested contractors should note that the award will be based on the lowest price technically acceptable offer, and they can contact Colby Pasholk at colby.pasholk@va.gov for further information. The contract will have a base period plus four option periods, extending until July 31, 2031.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for flow cytometry testing services at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement includes the provision of a fully automated cell prep system, with options for less automated alternatives, and clarifies that the "Navios EX Flow Cytometry system" can be offered as a brand name or equal product. This equipment is crucial for medical laboratory analysis, supporting the VA's mission to provide high-quality healthcare to veterans. Interested vendors must submit their offers by December 12, 2025, at 10:00 AM CST, and can direct inquiries to Colby Pasholk at colby.pasholk@va.gov.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Q201--NEW Savannah CBOC Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) Services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract entails providing primary and mental health care services to veterans, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement with a one-year base period and nine option periods, totaling an estimated award amount of $25.5 million. This procurement is critical for ensuring veterans in the region receive timely and quality healthcare, with specific requirements for staffing and adherence to VA performance standards. Interested parties must submit their proposals by January 7, 2026, and direct any inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Q201--Behavioral Healthcare for Clinicians Base 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive behavioral healthcare services for its healthcare personnel within the VA Great Lakes Health Care System, specifically for approximately 20,415 employees. The contract, structured as a firm-fixed-price agreement with a one-year base and four option years, requires licensed clinicians with specialized experience in healthcare settings to deliver teletherapy services, including 24/7 access to therapists, rapid therapist matching, and up to three complimentary sessions per employee. This initiative is crucial for supporting the mental health and well-being of VA staff, ensuring adherence to VA policies, HIPAA regulations, and federal records management. Interested parties can contact Contract Specialist Richard Ruffin at richard.ruffin@va.gov or by phone at 414-844-4800 x 43257 for further details.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to supply operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. This procurement includes a variety of essential items such as resealable bags, corrugated boxes, durable poly mailers, and child-resistant medical pouches, all of which must meet stringent specifications for safety and compliance with postal regulations. The contract aims to standardize purchasing processes, ensure fair pricing, and maintain high-quality service for the delivery of Veteran prescriptions. Interested vendors should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per contract. Proposals must be submitted by the specified deadlines, and vendors are required to be registered in SAM.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.