6515--Welch Allyn Upgrade Radio Cards
ID: 36C26326Q0030Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract to Welch Allyn, Inc. for the procurement and installation of wireless radio cards for Welch Allyn Vital Signs Monitors at the South Des Moines Clinic and Fort Dodge Community-Based Outpatient Clinic (CBOC). This procurement involves the acquisition of 85 radio cards, which will facilitate direct data transfer from the monitors to patient electronic health records, enhancing the efficiency of patient care. The selected contractor will be responsible for purchasing, installing, and testing the radio cards to ensure full functionality, with work to be conducted during regular business hours. Interested vendors may submit capability statements and a Buy American Certificate to Michael Wicht at michael.wicht@va.gov by December 1, 2025, at 11:00 AM Central Time, to express their interest in this opportunity.

    Point(s) of Contact
    Michael WichtContract Specialist
    (402) 996-3630
    michael.wicht@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network 23 Contracting Office (NCO 23) has issued a Special Notice announcing its intent to award a sole source, firm fixed-price contract to Welch Allyn, Inc. for the purchase and installation of radio cards for Welch Allyn Vital Signs Monitors. This upgrade will take place at the South Des Moines Clinic and Fort Dodge CBOC. The VA cited 41 U.S.C. 3304(a)(1) and FAR 6.302-1, stating that Welch Allyn Inc. is the proprietary developer, sole service provider, and Original Equipment Manufacturer (OEM) for these monitors, holding exclusive maintenance rights. Market research indicated no other entity can provide these services without violating proprietary rights and voiding equipment warranties. While this is not a request for competitive quotes, interested vendors can submit capability statements and a Buy American Certificate, along with documentation from Welch Allyn Inc. proving their authorization as a reseller or third-party provider, to Michael Wicht at michael.wicht@va.gov by December 1, 2025, 11:00 AM Central Time. The NAICS code for this procurement is 334510, and the PSC is 6515.
    The "Buy American Certificate (Oct 2022) (FAR 52.225-2)" provision outlines certification requirements for offerors regarding the domestic content of their end products in government procurements. Offerors must certify which end products are domestic, identify foreign end products and their domestic content percentage (if applicable and not COTS items), and list domestic end products containing critical components. The document defines key terms like "domestic end product" and "foreign end product." The government will evaluate offers based on Federal Acquisition Regulation (FAR) part 25 policies and procedures, ensuring compliance with Buy American Act requirements. This provision is crucial for contractors bidding on federal projects, as it dictates how products are classified and evaluated based on their origin and domestic content.
    The VA Central Iowa Health Care System (VACIHCS) in Des Moines, Iowa, requires wireless radio cards for Welch Allyn Vital Signs Monitors at its South Des Moines Clinic and Fort Dodge CBOC. This procurement includes 85 radio cards, with 83 for installation on existing Connex Integrated Wall System (CIWS) and Connex 6800 models, and two extra CIWS cards. The primary goal is to enable direct data transfer from the vital signs monitors to patient electronic health records (CPRS/VISTA) via the wireless network. The contractor will be responsible for purchasing, installing, and testing the radio cards to ensure full functionality and network connectivity. Work must occur during regular business hours, 8 am to 4:30 pm, Monday through Friday, excluding federal holidays. Key technical specifications include Wi-Fi enablement (802.11g/N), 3eTI FIPS-supported NIC chipsets, FIPS 140-2 compliant wireless cards, and HL7 data integration to CPRS via a VA-approved interface.
    Lifecycle
    Similar Opportunities
    6515-- Philips IntelliVue Microstream Extension Monitors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    CardioDay Holster System
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the CardioDay Holster System, a medical device essential for patient monitoring and care. This procurement falls under the jurisdiction of the Network Contract Office 5, with the primary objective of enhancing the quality of medical services provided to veterans. The CardioDay System is crucial for ensuring accurate and efficient cardiac monitoring, thereby improving patient outcomes. Interested vendors can reach out to Joseph J. Krupa at joseph.krupa@va.gov or by phone at 304-263-0811 for further details regarding this opportunity.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    J065--Hand Hygiene Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a Hand Hygiene Monitoring System to be utilized at the Lt. Col. Luke Jr. Weathers VA Medical Center in Memphis, TN. The system must provide continuous 24/7 monitoring of hand hygiene practices, include a staff-worn device with notifications, and operate on a non-VA network while ensuring HIPAA compliance. This procurement is set aside for small businesses under NAICS code 339112, with a contract period from January 1, 2026, to September 30, 2031. Interested vendors must submit their quotes by December 12, 2025, at 10:00 AM CST to Carlos Rodriguez at Carlos.Rodriguez14@va.gov, with the award based on a comparative evaluation of technical capability, price, and past performance.
    6525--TIMS 2000 SP Mobile Cart Package (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TIMS 2000 SP Mobile Cart Package, specifically requiring brand name products along with related accessories and software. This acquisition is set aside exclusively for small businesses, with a focus on the surgical and medical instrument manufacturing sector, as indicated by the NAICS code 339112. The mobile cart package is essential for enhancing medical imaging capabilities within the healthcare system. Interested vendors must submit their offers by December 12, 2025, at 15:00 CST, with delivery to the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. For further inquiries, potential bidders can contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    Chelmsford & Tucson CMOP - MED/SURG Supplies One Touch-Test Strips, Tandem Infsuion sets 1001680 & 1001729 and Hollister Cath Set #96144
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide specific medical-surgical supplies, including One Touch Verio test strips, Tandem infusion sets (part numbers 1001680 and 1001729), and Hollister Cath Set 96144, for its Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in Chelmsford and Tucson. The procurement is focused on sourcing brand name products only, with strict adherence to quality standards and delivery requirements, including tracking information and compliance with FDA regulations. These supplies are critical for the effective management of patient care within the VA system. Interested vendors must submit their capability statements and relevant company information to Jennifer Knight at jennifer.knight@va.gov by December 9, 2025, at 2:00 PM CT, as this notice serves solely for market research purposes and does not obligate the VA to issue a solicitation.