J065--Notice of Intent to Award Sole Source MAINTENANCE/SERVICE PLAN FOR SYNMED XF
ID: 36C26125Q0233Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to award a sole source contract to Parata Systems LLC for the maintenance and service of the Synmed XF system at the VA Northern California Health Care System. This procurement is based on the determination that only Parata Systems can fulfill the required service specifications, as outlined under 41 USC §3304(a)(1) and FAR 6.302-1. The maintenance services are crucial for ensuring the operational efficacy of the Synmed XF, which plays a vital role in supporting patient care services under the PILLS program. Interested vendors must submit their capability statements by January 27, 2025, and should include their socioeconomic status, relevant experience, and necessary certifications. For further inquiries, contact Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.

Point(s) of Contact
Parmpreet PannuContract Specialist
(559) 225-6100
parmpreet.pannu@va.gov
Files
Title
Posted
Jan 21, 2025, 6:04 PM UTC
The Department of Veterans Affairs (VA), Network Contracting Office 21, plans to award a sole source contract to Parata Systems LLC for the maintenance and service of the Synmed XF system at the VA Northern California Health Care System. This decision is grounded in the determination that only Parata Systems can meet the required service specifications, as outlined under 41 USC §3304(a)(1) and FAR 6.302-1. Interested parties have until January 27, 2025, to submit their capability statements, which should include company socioeconomic status, experience in similar projects, possible teaming arrangements, and relevant certifications. The announcement emphasizes that this is not a request for competitive quotes, and responses will be evaluated at the discretion of the Government. Additionally, contractors must maintain current registration in the System for Award Management (SAM) and VOSB or SDVOSB firms must uphold necessary certifications. The document underscores the necessity of compliance in government procurement processes while outlining the specific requirements for interested vendors.
Jan 21, 2025, 6:04 PM UTC
The document outlines a Statement of Work for a Quarterly Preventative Maintenance Service Agreement for a Synmed XF Automatic Blister Packing Machine at the Redding Community Based Outpatient Clinic (CBOC) of the Department of Veterans Affairs Northern California Health Care System. The contract spans a base year from February 1, 2025, to January 31, 2026, with four additional option years. Key services include technical assistance, field service engineer availability, and preventative maintenance (three quarterly and one annual). Contractors are responsible for parts during inspections, thorough documentation of maintenance activities, and immediate reporting of any defect considered outside contract responsibilities. Compliance with federal records management laws, including the Federal Records Act and Privacy Act, is mandated, emphasizing the significance of safeguarding sensitive information. The contractor retains ownership of processed data but must uphold the government's rights under specified regulations. This comprehensive maintenance contract supports the operational efficacy of the facility's equipment, crucial for patient care services under the PILLS program, ensuring regulatory adherence and quality assurance in veteran healthcare support.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--Notice of intent to sole source Excellence Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Par Excellence Systems Inc. for annual maintenance, support services, and software licenses related to weight-based inventory management systems utilized across Veterans Integrated Service Networks (VISN) 20. This procurement is necessary due to the proprietary nature of the systems, which limits competition as Par Excellence is the only source capable of providing the required services. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025, to Contract Specialist Gregory Watson at Gregory.Watson2@va.gov. The NAICS code for this opportunity is 541990, with a large business size standard of $19.5 million, and the government will not incur costs for submitted information.
J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
Scriptpro Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract for maintenance services of ScriptPro systems, primarily at the Tuscaloosa VA Medical Center and other locations in Alabama. This procurement is necessitated by the unique service requirements associated with the ScriptPro systems, which are critical for the operation of medical equipment used in veteran care. The contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), with responses due by April 4, 2025, and an anticipated award date of December 1, 2025. Interested parties must demonstrate their capability to meet the contract requirements and be registered in the System for Award Management (SAM); for further inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
6509--Solifenacin Tabletes (VA-25-00037090)
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Solifenacin Tablets, aimed at ensuring a reliable supply for the VA, Department of Defense (DoD), and other federal health agencies. This unrestricted procurement will award one contract with a term of one year plus four optional renewal periods, requiring offerors to provide specific labeling, packaging details, and compliance with the Drug Supply Chain Security Act. The estimated annual requirements include various packaging sizes and quantities of Solifenacin, reflecting the VA's commitment to maintaining a consistent supply of essential medications for veterans and associated healthcare providers. Interested vendors should monitor SAM.gov for the solicitation release on or around March 14, 2025, with a response deadline of March 28, 2025; inquiries can be directed to Kenneth Lay at Kenneth.Lay@va.gov or by phone at 708-786-4879.
6515--VISN WIDE -Omnicell Pharmacy Dispensing Cabinet Windows Upgrade
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Omnicell, Inc. for the upgrade of Automatic Dispensing Cabinets (ADCs) across various healthcare facilities in VISN 19. The project aims to enhance operational efficiency and security by upgrading the ADCs to Windows 10 IoT Enterprise LTSC 2021 and transitioning from Windows Server 2016 to Windows Server 2019, which includes reconfiguring existing interfaces and upgrading associated workstations. This initiative is crucial for modernizing pharmacy operations and ensuring effective drug dispensing through improved technology and compliance with VA security regulations. Interested contractors must submit written notifications by April 4, 2024, at 10 AM MST, and must be registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact David Glanton, Contract Specialist, at david.glanton@va.gov or 303-717-7075.
DA10--Synchronicity Picture Archiving and Communications System (PACS)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Fujifilm Healthcare Americas Corporation for the Synchronicity Picture Archiving and Communications System (PACS) to be implemented at the Philadelphia VA Medical Center. This contract will cover the implementation, licensing, and training for an ultrasound PACS image storage system, which is critical for enhancing the storage and review of ultrasound images in departments such as Critical Care and Emergency. The system will integrate with existing healthcare infrastructures using DICOM and HL7 standards, addressing significant gaps in ultrasound image management and supporting legal documentation for procedural cases. Interested parties must submit their capability information by April 10, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, as no competitive proposals will be accepted.
6515--FY25 PHACO PACKS ALCON
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole source Firm-Fixed-Price purchase order to Alcon Vision, LLC for the procurement of 1,150 Phaco Packs for the Salisbury VA Medical Center in North Carolina. This procurement is critical for ensuring the availability of necessary surgical supplies for veterans' care and will be solicited exclusively from Alcon under the authority of FAR 13.106-1(b), which permits single-source procurement. Interested parties who believe they can meet the requirement are invited to express their interest and demonstrate their capabilities by submitting information to Contract Officer Amy Balicat via email by 09:00 EST on April 10, 2025. The government retains the discretion to determine whether to pursue a competitive procurement based on the responses received.
J065--Neptune Equipment Maintenance Service - Base plus four
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for Neptune Equipment Maintenance Services to Stryker Corporation, specifically for the South Texas VA Health Care System. This contract will cover specialized maintenance for biomedical engineering equipment, which is uniquely provided by Stryker, and spans a base year from May 1, 2025, to April 30, 2026, with four optional years extending to April 30, 2030. Interested parties who believe they can meet the requirements are invited to submit supporting evidence, including authorization letters from the Original Equipment Manufacturer (OEM), to the Contract Specialist, Teresa Arzola, at Teresa.Arzola@va.gov by April 11, 2025, at 9:00 AM CST. The VA emphasizes that responses will be evaluated, but the decision to not compete the procurement is solely at the government's discretion.
6505--Perphenazine Tablets (VA-25-00037353)
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Perphenazine Tablets under solicitation number 36E79725R0030. This unrestricted procurement aims to ensure a continuous supply of Perphenazine Tablets for the VA, Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Centers, with a contract period of one year and the potential for four additional one-year option periods. The estimated annual requirements include various dosages of Perphenazine Tablets, with specific quantities outlined for each dosage form. Interested offerors must submit their proposals electronically by April 24, 2025, following the anticipated release of the solicitation on April 10, 2025. For inquiries, contact Anthony Di Crescenzo at anthony.dicrescenzo@va.gov or by phone at 708-786-4984.
INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
Buyer not available
Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.