AJ11--Notice of Intent to Sole Source Mikrolar simVITRO software licenses and maintenance
ID: 36C26025Q0726Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Colleges, Universities, and Professional Schools (611310)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH (AJ11)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract for the renewal and maintenance of Mikrolar simVITRO software licenses at the Seattle VA Medical Center. This procurement will cover the maintenance of nine linear actuators, nine drives, and a control cabinet currently in use, with the contract estimated to commence on August 1, 2025, and conclude on July 31, 2026. The specialized software maintenance is crucial for the operation of specific medical equipment at the facility, and the procurement is justified under the authority of 41 U.S.C. 253(c)(1), with no competitive solicitation planned unless an interested firm can demonstrate capability within five days of the notice. Interested parties must submit their responses by July 15, 2025, at 1:00 PM MST, and can contact Contract Officer Amy Kuczajda at Amy.Kuczajda@va.gov for further information.

    Point(s) of Contact
    Amy KuczajdaContract Officer
    (208) 429-2018
    Amy.Kuczajda@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the renewal and maintenance of Mikrolar simVITRO software licenses at the Seattle VA Medical Center. The contract, estimated to start on August 1, 2025, and run until July 31, 2026, will cover nine linear actuators, nine drives, and a control cabinet already in use. This action is justified under the authority of 41 U.S.C. 253(c)(1), and no competitive solicitation will be issued unless an interested firm can demonstrate capability within five days of the notice. Responses are required by July 15, 2025, by 1:00 PM MST. The notification emphasizes that the Government retains discretion regarding competition based on the responses received. The NAICS code for the relevant industry is 611310, relating to colleges, universities, and professional schools. This notice indicates exclusive procurement processes for specialized software maintenance crucial for the operation of specific medical equipment at the facility.
    Similar Opportunities
    J059--629-26-2-690-0017, Aethon TUG Service Contract (VA-26-00030200)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract for TUG Fleet Maintenance services for smart autonomous mobile robots at the Southeast Louisiana Veterans Health Care Service. This contract, designated for ST Engineering Aethon INC, is based on the authority of 41 U.S.C 253(c)(1) - FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The maintenance services are crucial for ensuring the operational efficiency of these advanced robotic systems, which play a significant role in enhancing patient care and operational workflows within the facility. Interested parties may submit their capabilities statements to Kimberly Anderson at kimberly.anderson6@va.gov by January 2, 2026, at 3:00 PM CST, referencing solicitation number 36C25626Q0253. The contract period is set from February 1, 2026, to December 31, 2026.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    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-- 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.
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    DA10--FY26 SERVICE - SPACELABS SUPPORT CONTRACT (1X)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Spacelabs Healthcare LLC for software support of the Spacelabs telemetry system, known as the Intesys Clinical Suite (ICS), at the Syracuse VA Medical Center. This contract encompasses 24/7 support, remote diagnostic assistance, annual performance updates, and discounted post-implantation interface support, which are critical for maintaining the functionality and reliability of the telemetry system used in patient care. Interested firms that believe they can meet these requirements may submit written notifications with supporting evidence by December 24, 2025, at 12:00 p.m. EST to Taylor Richter at Taylor.Richter@va.gov. The government reserves the right to proceed with the sole source award if no suitable responses are received.
    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.
    6515--VELYS ROBOTIC ORTHO KNEE REPLACEMENT SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to Depuy Synthes Sales Inc for the provision of the VELYS Robotic Assisted Knee System, which is essential for knee replacement procedures at the Veterans Affairs Long Beach Healthcare System (VALBHS) in Long Beach, CA. This procurement is justified under FAR 6.302-1, as Depuy Synthes Sales Inc is the sole manufacturer of the VELYS system, which is exclusively compatible with the existing Depuy Attune Knee System utilized at the facility. The VELYS Robotic Assisted Knee System is critical for enhancing the precision and effectiveness of knee surgeries performed at VALBHS. Interested parties may submit documentation demonstrating their capabilities by 9:00 AM PT on December 29, 2025, to Jonathan C. Ford at Jonathan.Ford1@va.gov, as the government will consider these responses to determine if a competitive procurement is feasible. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award.