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
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
6515--NOI SS: GE HealthCare Mac-Lab AltiX to BT22 Systems Upgrades
Buyer not available
The Department of Veterans Affairs intends to award a Sole Source Delivery Order for the upgrade of GE HealthCare Mac-Lab AltiX to BT22 Systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves the acquisition of fifty-seven distinct medical equipment items and accessories, with TrillaMed identified as the sole source provider qualified under FAR 19.1406, leveraging the statutory authority of the Veterans Benefits Act of 2003. This non-competitive procurement underscores the critical need for specialized medical upgrades to enhance healthcare services for veterans. Interested parties can reach out to Contracting Officer Shasta Britt at shasta.britt@va.gov or by phone at 713-794-8609 for further details, as no competitive proposals are being solicited.
6550--NOTICE OF INTENT TO SOLE SOURCE - 10X GENOMICS REAGENTS to 10X GENOMICS, INC.
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to 10X Genomics, Inc. for the procurement of 10X Genomics Reagents. This procurement is essential for the operations of the Veterans Affairs, specifically at the James J Peters VA Medical Center in Bronx, NY, and is being conducted under the authority of federal regulations that permit sole sourcing when only one supplier is deemed reasonably available. The contract will be a firm-fixed-price arrangement, with responses due by 15:00 EST on April 21, 2025; further details, including the formal Justification & Approval for this action, will be posted in accordance with FAR regulations after the final award. Interested parties can contact Contract Specialist Paul Speedling at Paul.Speedling@va.gov or by phone at 914-737-4400 x202107 for more information.
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.
6640--36C242-25-AP-2415 | FILMARRAY TORCH MODULE BOX FOR BIOFIRE TORCH SYSTEM
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract for the procurement of two Biofire Filmarray Torch Module Boxes from Biomerieux, Inc. These modules are critical for the East Orange VAMC's laboratory operations, enabling the facility to conduct diagnostic testing for respiratory, gastrointestinal, and blood culture identification panels. The Biofire Torch Modules are essential add-ons to the existing Biofire Torch system, enhancing testing accuracy and turnaround times compared to traditional methods. Interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563 for further information, noting that this is not a request for quotes and responses are due by April 18, 2025.
Q301--Intent to Sole Source Molecular Testing Reagent Rental | HCV, HIV, HPV, and CMV Cobas 6800 VA Pittsburgh Healthcare System
Buyer not available
The Department of Veterans Affairs (VA) intends to enter a sole-source contract with Roche Diagnostics for the rental of molecular testing reagents related to HCV, HIV, HPV, and CMV testing on the Cobas 6800 system. This procurement aims to ensure the provision of essential reagents, quality control materials, and associated operational support, including training and installation, while adhering to federal regulations and delivery schedules. The contract will follow a Reagent Rental Usage Agreement format, encompassing a 12-month base period with four additional one-year options, highlighting the VA's commitment to maintaining efficient healthcare services for veterans. Interested vendors must submit a one-page capability statement by April 18, 2025, to the Contract Specialist, Christa Stine, at christa.stine@va.gov.
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.
J065--Intent to Sole Source: VISN 1 Ethicon NeuWave Microwave Ablation Service Contract
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Ethicon US LLC for the maintenance and service of three Ethicon NeuWave Microwave Ablation Systems across various VA Medical Centers, including West Haven, Togus, and West Roxbury. This contract encompasses a base agreement plus four additional years of service, with a total estimated value of approximately $252,807.00, reflecting the critical need for specialized maintenance due to the proprietary nature of the equipment, which is essential for delivering high-quality patient care. Interested parties who believe they can meet the specific requirements are encouraged to submit relevant documentation to the primary contact, Kurt Fritz, by April 18, 2025, at 5:00 PM EST, although this notice does not constitute a request for competitive proposals.