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
    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
    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
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Dept Of Defense
    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.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Pharmacy Will Call Solution - Parata - IntelliCab
    Dept Of Defense
    The Defense Health Agency (DHA) is planning to award a sole source contract for the relocation and installation of Parata - IntelliCab cabinets, which are essential for pharmacy operations within the Department of Defense. The procurement aims to engage Parata Systems, the Original Equipment Manufacturer (OEM), to ensure the proper setup of these medical equipment cabinets, which play a critical role in enhancing pharmacy efficiency and patient care. The contract is expected to be a firm-fixed-price agreement with a performance period of one month, and interested parties may submit capability statements for consideration. For further inquiries, potential contractors can reach out to Saera Khan at saera.khan.civ@health.mil.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    H265--FY26 SERVICES - LINAC Validation and Commissioning for (1X) Brooklyn VA Medical Center in Brooklyn, NY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide LINAC Validation and Commissioning Services for the Brooklyn VA Medical Center in Brooklyn, NY. This opportunity involves a one-time contract for the commissioning of a new Varian Halcyon Linear Accelerator, requiring comprehensive services such as pre-commissioning review, beam data collection and validation, and treatment planning system commissioning. The work is scheduled for calendar year 2026 and must be completed within three months of contract award. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other qualified small businesses, must submit their responses, including company information and capability statements, by December 18, 2025, at 3:00 PM EST to the Contract Specialist, Julie Monagan Barnard, at julie.monaganbarnard@va.gov.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Notice of Intent to Sole Source - Linear Radiation Monitors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Sensor Technology Engineering, LLC (STE) for the procurement of two Linear Radiation Monitors (Part No. TA400). These monitors are critical for radiation detection and monitoring, and STE is the sole provider of this specific equipment, which underscores its unique capabilities in this field. Interested parties have five days from the publication date of this notice to submit written evidence of their qualifications to provide similar monitors, as the government will consider whether to conduct a competitive procurement based on the responses received. For inquiries, interested vendors should contact Zun Lin at zun.z.lin.civ@mail.mil or by phone at 571-616-5828.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    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.