J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
ID: 36C24126Q0122Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 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.

    Point(s) of Contact
    Kim McCarthyContract Specialist
    (774) 826-4806
    kim.mccarthy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Boston Healthcare System, intends to award a sole-source, firm-fixed contract to AGFA US Corp. for preventive maintenance and support services. This contract, identified by solicitation number 36C24126Q0122, will cover a base year plus two option years, from January 1, 2026, to December 31, 2028. The services include annual preventive maintenance on items detailed in an attached Statement of Work. The contracting office is in Brockton, MA, and the point of contact is Kim McCarthy (kim.mccarthy@va.gov). Although this is not a request for competitive proposals, responsible sources believing they are qualified may submit detailed documentation by December 11, 2025, at 11:00 AM EST, for market research purposes. The government retains discretion on whether to pursue an unrestricted procurement based on responses received.
    This Statement of Work outlines requirements for contractors providing equipment repair and servicing to the VA. Key provisions include the contractor providing parts that meet or exceed factory specifications, performing work during normal business hours (8 AM - 5 PM, M-F, excluding Federal Holidays), and demonstrating substantial experience and technical ability. Contractors must provide detailed written service reports after each visit. Crucially, the document emphasizes stringent VA information and information system security/privacy language. Contractors, their personnel, and subcontractors are subject to federal laws, VA directives, and handbooks regarding information security. Violations can lead to payment withholding or contract termination. Contractors must only access VA information systems to the extent necessary for their services and are subject to the same background security investigations as VA employees. Immediate notification to VA is required for any known or suspected security/privacy incidents. The contract includes provisions for liquidated damages in the event of a data breach involving sensitive personal information, though VA may forgo these if actual damages are paid. VA reserves the right to conduct security controls compliance testing. All contractor and subcontractor employees must complete VA Privacy and Information Security Awareness Training and sign Rules of Behavior before gaining access to VA information and systems.
    The Department of Veterans Affairs (VA), VISN 01, Northampton Medical Center, is seeking a sole source task order for an annual maintenance and support agreement for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. This exception to fair opportunity, identified by Acquisition ID#: 36C241-26-AP-0913, is justified under FAR 16.505(b)(2)(i)(B) because only AGFA US Corp is capable of providing the required highly specialized and proprietary services. Market research confirmed no other sources could meet the government's needs, as only AGFA field service engineers are authorized to perform maintenance, provide software licenses and updates, and ensure compliance with FDA and cybersecurity requirements due to the proprietary nature of the equipment and software. The estimated cost is considered fair and reasonable as it is part of an existing AGFA US Corp IDIQ contract.
    Lifecycle
    Similar Opportunities
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    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.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.
    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.
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.