J065--VECTor/CT/OI Equipment Preventative Maintenance and Support Columbia VA
ID: 36C25525Q0041Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, 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) is seeking qualified vendors to provide preventative maintenance and support services for the MILabs VECTor/CT/OI medical imaging system at the Harry S. Truman Medical Center in Columbia, Missouri. The procurement includes comprehensive services such as technical support, remote assistance, two annual preventative maintenance visits, replacement parts, safety and quality control, software updates, staff training, and application support, all of which must be included in the contract price. This equipment is crucial for medical imaging and diagnostics, and the VA aims to ensure its optimal performance and reliability through this maintenance contract. Interested parties must submit their qualifications and capabilities by October 30, 2024, to Tracie Raggs at tracie.raggs@va.gov, as this notice serves as a request for information and not a formal solicitation.

    Point(s) of Contact
    Tracie RaggsContract Specialist
    (913) 946-1985
    tracie.raggs@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice, designated as solicitation number 36C25525Q0041, to identify potential vendors capable of providing preventative maintenance and support services for the MILabs VECTor/CT/OI medical imaging system at the Harry S. Truman Medical Center in Columbia, MO. The RFI aims to gather information regarding interested parties' qualifications, including their size classification under NAICS 811210, which has a $34 million size standard. The required services encompass technical support, remote assistance, preventative maintenance (including two annual service visits), replacement parts, safety and quality control, software updates, staff training, and application support. All costs for labor, travel, and necessary parts must be included in the contract price. Interested vendors must address specific criteria including business size status, manufacturer status, and prior contracts with federal entities. Responses are due by October 30, 2024, and should detail the company's qualifications while demonstrating capabilities to meet the service requirements. This notice is not a solicitation but a request for information that may lead to a future solicitation. The point of contact for responses is Tracie Raggs via email at the provided address.
    Lifecycle
    Similar Opportunities
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment as part of the June 2024 Equipment Only Consolidation initiative. This procurement aims to acquire essential imaging equipment, including ultrasound machines, C-arms, and CT scanners, to enhance healthcare delivery across various Veterans Affairs facilities. The solicitation emphasizes compliance with technical specifications and encourages competitive bidding among current contract holders, with a submission deadline for offers set for October 30, 2024. Interested vendors can reach out to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    J065--Notice of Intent to Sole Source - Bone Scanner Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a sole source contract for the maintenance service of a GE iDXA Bone Scanner, specifically with Alpha Source Inc. This procurement aims to ensure comprehensive maintenance coverage, including hardware, firmware, installation, and preventive maintenance, with a focus on timely technical support and adherence to specific performance schedules. The contract is crucial for maintaining the operational efficiency of diagnostic equipment essential to the VA's healthcare mission, with a firm-fixed-price structure spanning from December 2025 to December 2030. Interested vendors must submit their capability statements and relevant information to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by October 29, 2024, at 17:00 Mountain Time.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    J065--(PM) IMED
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide annual preventive maintenance and corrective repair services for medical equipment at the Southern Arizona VA Health Care System in Tucson, AZ. The procurement aims to identify capable Service-Disabled Veteran Owned Small Businesses and other small business entities that can deliver these essential services, which include on-site maintenance in accordance with Original Equipment Manufacturer (OEM) recommendations and timely response to service requests within 48 hours. Interested parties must ensure they are registered in the System for Award Management (SAM) and the U.S. Small Business Administration's certification program for veteran-owned businesses, with responses due by October 28, 2024, at 4:30 PM PST. For further inquiries, vendors can contact William Cornick, Contract Specialist, at william.cornick@va.gov or (602) 795-4465.
    J065--Biomerieux Maintenance | New Base | Start: 12/5/24
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source, Firm-Fixed Price Contract with Biomerieux for a Myla Service Agreement specifically for the Dayton VA facility in Ohio. This procurement action, conducted under FAR Subpart 13.2, aims to address the service needs of medical, dental, and veterinary equipment, ensuring the operational efficiency of the facility. Interested contractors may submit capabilities statements or quotations for consideration, with responses due by October 31, 2024, at 8:00 AM Eastern Time, directed to Contracting Officer Christopher T. Council via email at Christopher.Council@va.gov. This notice fulfills the publication requirement outlined in FAR 5.201(b)(1) and does not constitute a formal solicitation process.
    Mammography Imaging Equipment PM Services
    Active
    Veterans Affairs, Department Of
    Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking Mammography Imaging Equipment PM Services. This service is typically used for the maintenance and repair of medical imaging equipment, specifically the Hologic Horizon A and Hologic Selenia Dimensions located at VA Pacific Islands Healthcare system (VA PIHCS) in Honolulu, HI. The contractor will be responsible for providing all labor, transportation, parts, test equipment, tools, and expertise necessary for the maintenance of the equipment. This includes corrective maintenance, planned maintenance, and software maintenance. The vendor must be able to apply changes to ensure the equipment is maintained to manufacturer's standards, including software and quality updates. The vendor should provide all coverages and benefits normally included in their commercial service and support agreements. For more information, contact Bruce Lundvall at bruce.lundvall@va.gov or Jared Dawson at jared.dawson@va.gov.
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    J065--Ultrasound Equipment Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the maintenance and repair of ultrasound equipment at the Cheyenne, Wyoming VA Medical Center and Loveland, Colorado outpatient clinic. The procurement includes comprehensive ultrasound preventative maintenance and repair services, with a contract period spanning one base year and four optional renewal years, from December 1, 2024, to November 30, 2029. This initiative is crucial for ensuring the operational efficiency and reliability of medical equipment used in veteran healthcare services. Interested vendors must submit their offers by November 12, 2024, and direct any inquiries to Contract Specialist Aaron Thurber at aaron.thurber@va.gov or by phone at 303-712-5745.
    J065--FY25: Canon Radiographic Equipment Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO-8), intends to issue a single-source procurement for maintenance and repair services of Canon radiographic diagnostic imaging medical equipment. The contract will be awarded exclusively to Canon Medical Systems USA Inc., the original equipment manufacturer (OEM) and authorized service representative, due to the proprietary nature of the equipment. This procurement is critical for ensuring the operational integrity of essential medical imaging equipment used in veteran healthcare services. Interested parties may challenge the sole source designation by providing compelling evidence of their capabilities, with responses due by October 30, 2024, at 10:00 AM AST. For further inquiries, contact Contract Specialist Aurea Gonzalez at Aurea.Gonzalez@va.gov or by phone at 787-641-7582 Ext. 34954.
    J065--Roche Slide Stainer annual PM Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Roche Diagnostics Corporation for annual preventive maintenance services for SLID Stainer equipment owned by the VA, specifically for operations at the Puget Sound VA Medical Center in Seattle, WA. This contract is crucial for ensuring the proper functioning and reliability of medical equipment used in patient care. The anticipated award date for this contract is November 1, 2024, and interested parties may submit responses for consideration in future procurements, although no competitive proposals will be solicited at this time. For further inquiries, contact Contract Specialist Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.