6515--Intent to Sole Source - Erbe Elektromedizin GmbH (BRAND NAME ONLY) Electrosurgical Systems
ID: 36C24825Q0347Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source contract for electrosurgical systems manufactured by Erbe Elektromedizin GmbH, specifically through their authorized reseller, ProAim Americas, LLC. The procurement includes various models of electrosurgical units and accessories essential for the James A. Haley Veterans Hospital in Tampa, FL, with a total contract value not expected to exceed $7.5 million. This decision follows extensive market research indicating no reasonable expectation of receiving competing quotes from eligible small businesses, thereby justifying the sole source approach in compliance with federal procurement regulations. Interested vendors are invited to submit their capabilities by February 10, 2025, to the Contract Specialist, LeTray Womble, at letray.womble@va.gov, although the contract is intended for ProAim Americas unless valid competition arises.

    Point(s) of Contact
    LeTray WombleContract Specialist
    (813) 509-1707
    letray.womble@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract for electrosurgical systems manufactured by Erbe Elektromedizin GmbH, specifically through their authorized reseller, ProAim Americas, LLC, as detailed in solicitation number 36C24825Q0347. The contract is for items including electrosurgical units and accessories, essential for the James A. Haley Veterans' Hospital in Tampa, FL. The decision for sole sourcing is justified by the lack of competition; market research indicates no reasonable expectation of receiving quotations from two or more eligible small businesses. The procurement follows the FAR guidelines for simplified acquisitions, and the total contract value is expected to be below $7.5 million. Interested vendors are invited to submit their capabilities before the response deadline of February 10, 2025, though the eventual award is intended for ProAim Americas unless valid competition arises. The document reflects the VA's commitment to acquiring specialized medical equipment while adhering to federal procurement regulations.
    The Department of Veterans Affairs intends to award a sole source contract to ProAim Americas, LLC for the procurement of specific electrosurgical systems manufactured by Erbe Elektromedizin GmbH. This decision follows extensive market research indicating no reasonable expectation for competing quotes from eligible small businesses. The required items include various models of Erbe's electrosurgical units and accessories, with a total procurement value not expected to exceed $7.5 million. The process will adhere to Simplified Acquisition Procedures and is not a request for quotations, but rather an invitation for capable vendors to express interest before the specified deadline. If no affirmative responses are received, the contract will proceed to ProAim Americas, LLC, ensuring exclusive distribution in line with their authorized reseller agreement with Erbe. The announcement emphasizes the commitment to comply with federal procurement regulations while seeking the most advantageous solution for the government.
    Similar Opportunities
    4320--Intent to Sole Source-Secondary Pumps Replacement James A. Haley Veterans' Hospital
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract for the removal and replacement of specialized secondary pumps at the James A. Haley Veterans' Hospital in Tampa, Florida. The procurement specifically involves the OR11 Operating Room pumps and Lab AHU pumps, which require unique technical expertise that only OST Services can provide. This specialized equipment is critical for ensuring proper patient care and maintaining safety standards during operations. Interested vendors capable of meeting the requirements must submit their qualifications by 12:00 PM EST on February 5, 2024, to the Contract Specialist, Katrina Tavares, at katrina.tavares@va.gov. The procurement falls under NAICS code 811310, with a small business size standard of $12.5 million.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    J065--Boston Scientific Laser Maintenance - Iowa City VA
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for Medical Laser Maintenance Services to Boston Scientific for the Iowa City VA Health Care System. This procurement is necessitated by the proprietary nature of the maintenance services, which can only be provided by Boston Scientific, the original equipment manufacturer (OEM) of the medical lasers in use. The contract, estimated at $28,000 for the base year and $57,600 total (base plus one option year), underscores the critical need for specialized service to ensure compliance with safety regulations and the proper upkeep of complex medical equipment. Interested vendors may submit capability statements to Savannah Weberg, Contracting Specialist, at savannah.weberg@va.gov, as the government will consider these submissions to determine if competitive procurement is feasible.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    6515--New Sterilizer
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Steris V-Pro S2 Sterilizer along with essential accessories, as outlined in solicitation number 36C26025Q0223. This procurement is categorized as unrestricted and aims to enhance the VA's medical facilities through upgraded sterilization technology, emphasizing compliance with safety protocols and adherence to a Buy American Certificate. Interested vendors are required to submit pricing through the price/cost schedule, with offers due by February 14, 2025. For further inquiries, potential bidders can contact Contract Specialist Matthew A Combes at matthew.combes@va.gov.
    6540--Brand Name or Equal Ophthalmic Laser System
    Buyer not available
    The Department of Veterans Affairs is seeking to procure a brand-name or equal Oculight TX ophthalmic green laser system and indirect ophthalmoscope for the Fredericksburg Healthcare Center in Fredericksburg, Virginia. This equipment is essential for performing Laser Photocoagulation eye surgery and represents a one-time acquisition under a 100% Small Business Set-aside policy. The solicitation number for this opportunity is 36C24625Q0393, with a formal solicitation expected to be issued around February 7, 2025, and a response deadline set for February 13, 2025, at 11 AM Eastern Time. Interested offerors must direct all correspondence to Contracting Officer Ronnie Gregory via email at Ronnie.Gregory@va.gov, as telephone inquiries will not be accepted.
    6515--36C242-25-AP-1351|528-25-2-4803-0347|FY25 OR Light Modification 233C Sole Source Notification
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Draeger Medical Inc. for the modification of operating room lights in room 233C at the VA Medical Center in Albany, NY. The objective of this procurement is to enhance the operating room layout by alleviating space constraints that currently disrupt clinical staff workflow and hinder equipment movement. The project involves the removal and reinstallation of existing lights to optimize space and minimize the risk of equipment collisions, with Draeger Medical Inc. being uniquely qualified to provide the necessary equipment and installation services. Interested parties should note that this notice is not a solicitation for quotes, and the response deadline is set for February 11, 2025, at 12 PM Eastern Time, with no recovery act funds involved in this procurement process. For further inquiries, contact Corey Swinton at Corey.Swinton@va.gov.