INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
ID: HT941025N0074Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, 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 Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.

Files
Title
Posted
Apr 7, 2025, 7:05 PM UTC
The Department of Defense's Defense Health Agency issued a Performance Work Statement (PWS) for a non-personal service contract aimed at maintaining Varian Linear Accelerator Radiotherapy System hardware and software at the Naval Medical Center San Diego. The contractor is responsible for providing maintenance services, including preventative and emergency support, ensuring that medical equipment remains operational according to OEM specifications and regulatory standards. Key objectives include minimizing equipment downtime, adhering to quality assurance guidelines, and maintaining a minimum uptime of 97%, with specific performance metrics for completion timelines and reporting requirements. The PWS outlines maintenance schedules, the necessity for OEM-trained personnel, administrative specifications, and compliance with safety regulations. All maintenance activities are to be conducted during agreed-upon hours to avoid disrupting patient care. The contract spans 12 months, with provisions for additional training sessions and a structured reporting system to evaluate contractor performance. This initiative reflects the military's commitment to ensuring optimal patient care and effective resource management within the Department of Defense's healthcare services.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
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.
Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
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.
NOTIFICATION OF INTENT TO LIMIT SOURCES- SYSMEX MAINTENANCE
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source contract to Sysmex America Inc. for the maintenance of the Sysmex hematology analyzer, Model 1000i AL, including all necessary reagents, controls, and calibration materials. This procurement is critical as Sysmex America Inc. is the sole manufacturer of the hematology analyzers and the proprietary reagents required for their operation, with only certified Sysmex service engineers authorized to perform maintenance on this equipment. Interested parties may submit a capability statement or quotation for consideration, but no competitive solicitation will be issued; responses must demonstrate that competition would be beneficial to the government. For further inquiries, contact Shanna Guillen at shanna.m.guillen.civ@health.mil or call 406-788-7837.
70--Air Defense Systems Integrator (ADSI) System and Support
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and support services for Elekta Linear Accelerator. This service is typically used for maintaining and updating Linear Accelerator machines at the Naval Medical Center Portsmouth hospital. The notice of intent is not a request for competitive quotations, but all responsible sources may submit an offer. The RFP package will be available for download on or about August 12, 2016, at the NECO Website. The NAICS code for this acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
6525--VA NAC Radiation Therapy Equipment Systems and Accessories
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). This procurement aims to secure high-tech medical equipment, including linear accelerators and related services, to enhance healthcare delivery for veterans, with a contract structure comprising a five-year base period and an optional five-year extension. The solicitation encourages participation from a diverse range of businesses, including small and veteran-owned enterprises, and emphasizes compliance with federal regulations and quality assurance measures. Interested vendors must submit their proposals by May 2, 2025, at 12:00 PM CT, and can direct inquiries to Contract Specialist Taiye Adebowale at Taiye.Adebowale@va.gov.
Sole Source; Detector CXDI-50G Sensor; GTMO, CUBA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for the procurement of a Detector CXDI-50G Sensor to Siemens Medical Solutions USA, Inc. This contract, classified under NAICS code 334517, will provide a one-time supply of the specified sensor to the U.S. Naval Medical Research Unit in Guantanamo Bay, Cuba, which is critical for medical imaging applications. Interested parties are invited to submit a capabilities statement by 10:00 AM Eastern Standard Time on May 9, 2025, to the designated contacts, Mary Shifflett and Rebecca Brashears, via the provided email addresses, as this notice serves to inform industry of the government's intent and is not a formal solicitation.
Notice of Intent to acquire OptiTrack Motion Capture System
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the acquisition of an OptiTrack Visual Motion Capture System with Active Tracking, specifically for the Orthopedics & Podiatry Department at the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing motion capture capabilities in medical assessments and treatments, thereby supporting the healthcare services provided to military personnel. The contract will be awarded under the authority permitting “Other than full and Open Competition” as outlined in FAR 13.106-1(b)(1), with interested parties encouraged to express their capabilities by April 30, 2025, via email to Kendall Spann at kendall.j.spann.civ@health.mil. No competitive proposals will be solicited, and all submissions should be at no cost to the Government.