Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
ID: 36C26025P0661_1Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, 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
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is planning to issue a Sole Source Contract for the maintenance of Respiratory Therapy Equipment from Medical Graphics Corporation (MGC) to ensure the operational integrity of pulmonary and cardiac diagnostic systems across multiple VA medical centers in the Pacific Northwest. This one-year maintenance contract will cover essential services such as preventive maintenance, emergency repairs, software updates, and technical support, all of which must be performed by MGC-trained technicians due to the proprietary nature of the equipment. The contract is justified under federal guidelines for single-source procurement, emphasizing the cost-effectiveness of maintaining existing equipment rather than replacement, with an anticipated award date of May 15, 2025. Interested parties can reach out to Maureen Sundstrom at maureen.sundstrom@va.gov for further inquiries.

Point(s) of Contact
Maureen Sundstrom
maureen.sundstrom@va.gov
Files
Title
Posted
The Department of Veterans Affairs (VA) is seeking a single-source award for a one-year maintenance contract for respiratory therapy equipment from Medical Graphics Corporation (MGC). This contract, aimed at facilities within the VA Northwest Health Network, covers preventive maintenance, emergency repairs, technical support, and software updates for proprietary pulmonary and cardiac diagnostic equipment. MGC is the exclusive service provider due to the specialized nature of its systems, which must comply with international health information standards. Market research confirmed that no other suppliers can provide the necessary services and parts without compromising the equipment's effectiveness. The justification emphasizes that maintaining existing equipment is more cost-effective than replacement and that all maintenance must be performed by MGC-trained technicians who have proprietary rights to service and parts. The contracting officer certified that the justifications for the single-source procurement meet federal guidelines.
Apr 8, 2025, 9:06 PM UTC
The Department of Veterans Affairs plans to issue a Sole Source Contract for Respiratory Therapy Equipment Maintenance with Medical Graphics Corporation (MGC) to ensure the proper functioning of various pulmonary and cardiac diagnostic systems over one year. This maintenance plan encompasses software updates, equipment parts, diagnostics, and on-site repairs at multiple VA medical centers in the Pacific Northwest, including Boise, Walla Walla, and Portland. The contract focuses on keeping the equipment operational and compliant with the latest standards, utilizing the expertise of the manufacturer, MGC. The procurement falls under the NAICS code 811210, which involves Electronic and Precision Equipment Repair and Maintenance. The notice serves as a public announcement satisfying the requirement for transparency in government contracts, indicating no competitive proposals will be solicited. The contract is justified under Title 41 U.S.C. 3304(a)(1), which allows for procurement from a single responsible source. The anticipated contract award date is May 15, 2025, with no costs incurred for the submitted information in response to this notice.
Lifecycle
Title
Type
Similar Opportunities
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
6515--NKV-330 Ventilator System for Buffalo VA Medical Center Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of fifteen Nihon Kohden NKV-330 Ventilators and associated Nurse Call Cables for the Buffalo VA Medical Center. This contract will be awarded to After Action Medical and Dental Supply, LLC, the only authorized distributor of these ventilators, which have been identified as uniquely meeting the stringent requirements of the facility's Respiratory Therapy department. The estimated value of this firm-fixed-price contract is $227,234.55, and interested vendors may submit capability statements by April 28, 2025, to demonstrate their ability to provide equivalent products, although the government retains discretion regarding the competitive nature of the procurement. For further inquiries, vendors can contact Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
7A20--Medivators Subscription and Setup Intent to Sole Source to SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to Steris Corporation for the acquisition of MediVator software upgrades and ConnectAssure subscriptions at the Providence VA Medical Center. This procurement aims to integrate three existing endoscope reprocessing systems with the CensiTrac workflow management system, providing essential software licenses, installation services, and staff training to enhance operational efficiency and data sharing. The contract, valued under $25,000, will follow simplified procedures under FAR 13.5 due to the proprietary nature of the required software and services, with compliance to regulatory standards being mandatory throughout the process. Interested parties can contact Contract Specialist Sean Genereux at Sean.Genereux@va.gov or by phone at 413-584-4040 for further information.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.