J065--INTENT TO SOLE SOURCE | Biomerieux for Full Service Microbiology Biomedical Engineering Services | 12/26/2024 to 12/25/2025 | ONE BASE YEAR PLUS FOUR OPTION YEARS
ID: 36C24525Q0176Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs intends to award a sole source contract to bioMérieux for full-service microbiology biomedical engineering services at the Martinsburg VA Medical Center, covering a base year plus four option years from December 26, 2024, to December 25, 2025. The contract will involve preventive maintenance and repair of specific bioMérieux microbiology equipment, including the Myla VM and Vitek systems, and will be executed as a non-personal service contract with strict safety and communication requirements. This procurement is critical for ensuring the operational integrity of essential medical equipment, thereby supporting the facility's healthcare services. Interested vendors must submit their capability statements and any objections to the sole source designation to the Contracting Officer, Amy Walter, at AMY.WALTER1@VA.GOV, by the specified deadlines.

Point(s) of Contact
AMY WALTERCONTRACTING OFFICER
AMY.WALTER1@VA.GOV
Files
Title
Posted
Jan 16, 2025, 6:06 PM UTC
The Department of Veterans Affairs (VA) intends to award a sole source contract to Biomerieux for full-service microbiology biomedical engineering services for the Martinsburg VA Medical Center, covering a base year plus four option years from December 26, 2024, to December 25, 2025. The contract encompasses preventive maintenance and repair of specific Biomerieux microbiology equipment located at the facility, such as Myla VM and Vitek systems. This is a non-personal service contract with specific safety and communication requirements. The contractor is expected to possess qualifications and experience specifically related to Biomerieux equipment. Performance reports will ensure contract compliance, and the services include 24/7 customer support, diagnostics, and parts replacement. The statement of work emphasizes that all services will be provided during normal business hours with compliance to installation safety regulations. This announcement serves as a request for market research to identify any capable vendors, although a sole source award is likely. Interested vendors must submit information regarding their business size and capability while addressing any objections to the sole source designation through the Contracting Officer, Amy Walter.
Jan 16, 2025, 6:06 PM UTC
This letter from bioMérieux, Inc. confirms their status as the sole source manufacturer and service provider for the Vitek Prime, Vitek, and Virtuo instruments. It states that all field service engineers employed by bioMérieux are certified and possess extensive training and experience with the product range. The letter emphasizes that the company will not be responsible for any defects resulting from unauthorized repairs, modifications, or alterations of their instruments. Furthermore, bioMérieux mandates an annual Preventative Maintenance Inspection for the mentioned instruments to ensure their proper functioning. For additional queries, contact information for their service department is provided. This document primarily serves a regulatory and compliance purpose, reinforcing the importance of using authorized service personnel and adhering to maintenance protocols, which is crucial in the context of federal grants and RFPs related to medical instrumentation and health services.
Similar Opportunities
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Vitek Lab Analyzers Replacement - VISN 23
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Vitek Lab Analyzers within the VA Midwest Health Care Network (VISN 23). This procurement aims to upgrade existing microbiology equipment to enhance patient care and laboratory efficiency by providing advanced microbial identification and blood culture analyzers. The selected contractor will be responsible for delivering brand new equipment, installation support, staff training, and a one-year warranty, ensuring compliance with FDA approval and industry standards. Interested contractors must submit their quotes via email to Contract Specialist Amanda Patterson-Elliott by May 19, 2025, with technical questions due by May 12, 2025.
J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
6515--Lebanon VA - ThinPrep 5000 Processor System | NCO 04
Buyer not available
The Department of Veterans Affairs, specifically the Lebanon VA Medical Center, intends to negotiate a Sole Source Award with Hologic Sales and Services, LLC for the procurement of a ThinPrep 5000 Processor System. This automated laboratory system is essential for processing fluid-based gynecological, non-gynecological, and urine specimens, and must comply with FDA standards while offering features such as minimal maintenance, hands-free operation, and automated processing capabilities. The procurement emphasizes the importance of installation and training for up to five staff members, along with a warranty and 24/7 technical support. Interested parties that can meet these specifications must submit their capabilities by NOON EST on March 26, 2025, to the Contract Specialist, Yazmin Alvarez, at yazmin.alvarez@va.gov, as no formal solicitation will be issued.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.