J065--INTENT TO SOLE SOURCE | BALTIMORE VA MEDICAL CENTER | 04/20/2025 - 04/19/2026 | HOLOGIC INC.
ID: 36C24525Q0437Type: 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
    Description

    The Department of Veterans Affairs is planning to award a sole source contract to Hologic Inc. for the repair and maintenance of the Mini C-Arm at the Baltimore VA Medical Center, which is currently non-operational and affecting patient care for veterans. The contract, effective from April 20, 2025, to April 19, 2026, aims to restore the Mini C-Arm's functionality through diagnostic testing, necessary repairs, and the provision of OEM parts, ensuring timely diagnoses and treatments for veterans. Hologic, as the original equipment manufacturer, is uniquely qualified to perform these repairs, and the procurement process will include a market research phase to identify any potential vendors capable of fulfilling the requirements. Interested vendors may contest the sole source determination by providing documentation of their qualifications to the Contracting Officer, Amy Walter, at AMY.WALTER1@VA.GOV.

    Point(s) of Contact
    AMY WALTERCONTRACTING OFFICER
    AMY.WALTER1@VA.GOV
    Files
    Title
    Posted
    The Baltimore VA Medical Center intends to award a sole source contract to Hologic Inc. for repair services and parts for its Mini C-Arm, which is currently non-operational, negatively impacting patient care for veterans. The contract, spanning from April 20, 2025, to April 19, 2026, aims to restore the Mini C-Arm's functionality to ensure timely diagnoses and treatments. Hologic is designated as the original equipment manufacturer (OEM) and possesses the necessary authorization and expertise to perform repairs using OEM parts. The contractor's scope includes diagnostic testing, necessary repairs, and the delivery of components to the Baltimore facility, coordinating closely with the Contracting Officer's Representative (COR). Inspection and acceptance procedures require joint assessments upon delivery, ensuring all repairs meet OEM specifications and are documented. The contract outlines warranty provisions for work completed, specifying minimal requirements while encouraging additional coverage as added value. This notice serves as a market research tool rather than a solicitation, seeking to identify potential qualified vendors capable of fulfilling the contract's requirements. Vendors wishing to contest Hologic's sole source determination must present substantial documentation of their qualifications.
    Similar Opportunities
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    J065--Intent to Sole Source | Sun Nuclear Full Service Pittsburgh VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Sun Nuclear for the full service and maintenance of government-owned Sun Nuclear Sun Check systems at the VA Pittsburgh Healthcare System. This procurement is essential for ensuring continuous patient care in the Radiation Oncology department, as these systems are critical for their operations. Sun Nuclear Corporation, as the sole provider, will deliver necessary repairs, software license renewals, support, service loaners, and regular updates for the proprietary systems. Interested firms may submit written notifications and capability statements by December 15, 2025, to the Contract Specialist, Arlene Albrite, at arlene.albrite@va.gov, with the NAICS code for this acquisition being 811210 and a standard size of $34 million.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    Hologic Covid Testing Supplies
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    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.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.