J065--Heart-Lung Machine Maintenance Minneapolis VAMC
ID: 36C26326Q0076Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to Terumo Cardiovascular Systems Corporation for the maintenance of heart-lung machines at the Minneapolis VA Health Care System. This contract, which will cover a base year plus one option year, is necessary due to the proprietary nature of the equipment, as Terumo is the Original Equipment Manufacturer (OEM) and the only authorized provider for parts, software, and maintenance. The heart-lung machines are critical for various medical procedures, underscoring the importance of reliable maintenance services to ensure operational readiness. Interested vendors who believe they can meet the requirements may submit capability statements to Robert Bennett at robert.bennett8@va.gov within seven calendar days of this notice, although the decision to pursue a competitive procurement remains at the government's discretion.

    Point(s) of Contact
    Robert BennettContract Specialist
    (319) 339-7079
    robert.bennett8@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to Terumo Cardiovascular Systems Corporation for heart-lung machine maintenance at the Minneapolis VA Health Care System. This notice, issued under FAR 5.101(a)(1) and 41 U.S.C. 3304(a)(1), specifies that Terumo is the Original Equipment Manufacturer (OEM) and the only authorized vendor for parts, software, and maintenance due to the proprietary nature of their equipment. The contract will cover base plus one option year for four Terumo System 1 Heart-Lung Bypass Machines. While this is not a competitive request, other vendors believing they can fulfill the requirement may submit capability statements within seven calendar days for consideration, though a decision not to compete remains at the government's discretion. Limited market research found no other capable vendors under NAICS code 811210.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    Q523--Kidney Organ Perfusion Services
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 07, is issuing a presolicitation notice for a sole source contract for Kidney Organ Perfusion Services at the Ralph H. Johnson Department of Veterans Affairs Medical Center (RHJ VA HCS). The contractor will be responsible for receiving organs from a donor Organ Procurement Organization (OPO) and providing perfusion services until the RHJ VA HCS is ready to deliver the organ to the operating room, which must occur within 10 minutes of a mutually agreed-upon time. This service is critical for ensuring the viability of kidney transplants and maintaining the health of veteran patients. Interested parties capable of demonstrating that competition would be advantageous to the government must submit a capabilities statement to Wyona Davis at wyona.davis@va.gov by December 10, 2025, at 3:00 PM Eastern Time, referencing solicitation number 36C247-26-AP-0758.
    6515--Patient Ceiling Lift Motor Replacement & Cert
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to Guldmann, Inc. for the replacement and certification of patient ceiling lift motors at the St. Cloud Veterans Affairs Medical Center (VAMC). The procurement involves acquiring 141 Guldmann GH3+ ceiling lift motors, 36 manual combi-locks, and providing advanced technician training for three Biomed staff members, emphasizing the need for brand-name equipment to ensure compatibility and reliability in patient care. Interested firms that believe they can meet these specific requirements may submit a written response to Contracting Specialist Arielle Lifto by December 10, 2025, at 10:00 AM Central Time, with the anticipated award date set for December 22, 2025. For further inquiries, Arielle Lifto can be contacted via email at arielle.lifto@va.gov or by phone at 651-293-3031.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.