J065--Siemens Artis Zee Service and Maintenance Contract for FY25
ID: 36C24225Q0530Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 award a sole-source contract for the maintenance of the Siemens Artis Zee Ceiling System at the New York Harbor Healthcare System's Brooklyn campus. This contract will encompass one base year and four optional years, providing comprehensive maintenance services that include labor, tools, equipment, and necessary parts for preventative maintenance and repairs, ensuring compliance with manufacturer specifications. Siemens Medical Solutions USA, Inc. is recognized as the only authorized service provider for these maintenance services. Interested firms that believe they can meet the requirements may submit written notifications by April 11, 2025, at 2:00 pm ET, via email to Charles Collins at Charles.Collins@va.gov; telephone inquiries will not be accepted.

    Point(s) of Contact
    Charles CollinsContract Specialist
    (518) 626-7200
    Charles.Collins@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 2 intends to award a sole-source maintenance contract for the Siemens Artis Zee Ceiling System at the New York Harbor Healthcare System, Brooklyn campus. The contract, with one base year and four optional years, will be awarded to The Remi Group, LLC, Inc. It includes comprehensive maintenance services, covering labor, tools, equipment, and necessary parts for preventative maintenance and repairs, ensuring that all equipment meets manufacturer specifications. Siemens Medical Solutions USA, Inc. is identified as the only authorized provider for these services. This notice clarifies that it is not a request for competitive quotes, though other firms can submit written notifications if they believe they can meet the requirements by the deadline of April 11, 2025. Responses must be sent via email to the designated contact. If no qualifying responses are received, the contract will proceed as planned.
    Lifecycle
    Title
    Type
    Similar Opportunities
    H265--FY26 SERVICES - LINAC Validation and Commissioning for (1X) Brooklyn VA Medical Center in Brooklyn, NY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide LINAC Validation and Commissioning Services for the Brooklyn VA Medical Center in Brooklyn, NY. This opportunity involves a one-time contract for the commissioning of a new Varian Halcyon Linear Accelerator, requiring comprehensive services such as pre-commissioning review, beam data collection and validation, and treatment planning system commissioning. The work is scheduled for calendar year 2026 and must be completed within three months of contract award. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other qualified small businesses, must submit their responses, including company information and capability statements, by December 18, 2025, at 3:00 PM EST to the Contract Specialist, Julie Monagan Barnard, at julie.monaganbarnard@va.gov.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    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.
    J061--FY 26 Services (Base+?) - NYH Triennial Electrical Power Distribution System Maintenance and Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified businesses to provide Triennial Electrical Power Distribution System Maintenance and Testing services for the New York Harbor VA Medical Center. The procurement includes one base year of services in 2026, with the potential for four additional option years, requiring licensed professionals experienced in electrical testing and maintenance in accordance with ANSI/NETA MTS and VHA Directive 1028. Interested parties must submit their company information, business type, capability statement, and subcontracting plans by December 19th, 2025, at 12:00 pm EST, via email to Contract Specialist Nathan Northrup at nathan.northrup@va.gov. The NAICS code for this opportunity is 811310, with a small business size standard of $12.5 million.
    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.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This project requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, with a performance period of 240 calendar days. The successful contractor will play a crucial role in modernizing the ER's HVAC system while ensuring minimal disruption to hospital operations and compliance with all relevant regulations. Bids are due via email by January 19, 2026, at 11:00 AM EST, with a public bid opening at 12:00 PM EST on the same day; interested parties must also attend a mandatory pre-bid site visit on December 22, 2025, and submit any Requests for Information by January 7, 2026, to gail.hill@va.gov and lester.griffith@va.gov.
    Steris Sterilizer Equipment Maintenance and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive maintenance and repair services for Steris sterilizer equipment at the Puget Sound VA Health Care System in Seattle, Washington. The contractor will be responsible for on-site, full-service maintenance, which includes all OEM parts, labor, materials, tools, and documentation, as outlined in the Statement of Work. This contract is crucial for ensuring the operational efficiency and reliability of sterilization equipment, which is vital for patient care and safety in healthcare settings. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional one-year option periods, and interested parties should contact Maureen Sundstrom at maureen.sundstrom@va.gov for further details.
    Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (AE) firms to provide comprehensive services for the renovation and replacement of the Animal Lab AC-3 at the Brooklyn Veterans Affairs Medical Center. The project, designated as Project No. 630A4-26-101, involves a gut renovation of approximately 6,500 square feet, HVAC system replacement, and the identification of swing space, all while adhering to VA and industry standards. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $5 million to $10 million. Interested firms must be VA-verified SDVOSBs, registered in SAM, and located within a 300-mile radius of Brooklyn, NY, with submissions due by January 12, 2026. For further inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov or call 934-221-8574.