J065--635 - Blue Phantom & myQA Applications Preventative Maintenance Service and Support (NEW BASE) (VA-25-00009018)
ID: 36C25925Q0040Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, 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, through Network Contracting Office 19, intends to solicit and negotiate a sole source contract for preventative maintenance service and support of Blue Phantom 2 and myQA equipment for the Radiation Oncology service at the Oklahoma VA Health Care System. The procurement is specifically aimed at acquiring maintenance services from IBA Dosimetry, the only provider deemed capable of meeting the unique and specialized requirements for the equipment, which includes various phantoms and software essential for operational quality. Interested businesses that believe they can fulfill these requirements must submit written notice to the Contract Specialist, Shanta Harrison, by 4:00 PM MDT on October 21, 2024, with supporting evidence demonstrating their capability. The applicable NAICS Code for this opportunity is 811210, with a size standard of $34 million.

    Point(s) of Contact
    Shanta HarrisonContract Specialist
    (303) 712-5719
    Shanta.Harrison@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, through Network Contracting Office (NCO) 19, issues a special notice regarding the intent to sole source the maintenance of Blue Phantom 2 and myQA Equipment. This sole source procurement aligns with FAR 13.106-1(b), asserting that only IBA Dosimetry can provide the necessary maintenance services due to their unique offerings for the Radiation Oncology service at the Oklahoma VA Health Care System. The required services include preventative maintenance for specific IBA Dosimetry equipment and software located at the VA Medical Center in Oklahoma City. Interested businesses may submit written notice to the Contract Specialist by 4:00 PM MDT on October 21, 2024. The procurement involves NAICS Code 811210, with a size standard of $34 million, and emphasizes the specialized nature of the equipment and the importance of maintaining operational quality. This notice serves as an official announcement rather than a request for competitive bids, highlighting the necessity for detailed evidence from alternative providers for potential consideration.
    Similar Opportunities
    J065--Base YR (02/01/2025 - 01/31/2026) + 4 OYs Elekta Versa LINAC Service Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Elekta, Inc. for service support of two Elekta Versa HD Linear Accelerators at the Clement J. Zabolocki VA Medical Center in Milwaukee, WI, covering the base year from February 1, 2025, to January 31, 2026, with four additional option years. The procurement requires comprehensive service support, including scheduled and unscheduled maintenance, software updates, technical assistance, and obsolescence protection, as Elekta is the only authorized provider for these services. This initiative underscores the VA's commitment to ensuring the reliability and quality of critical medical equipment through stringent procurement standards. Interested vendors must submit capability statements by 10:00 AM CDT on October 22, 2024, demonstrating compliance with specific requirements, including OEM authorization and certified technical personnel, to Eileen Meyer at eileen.meyer@va.gov.
    J065--Equipment - PM&R Clinical - Pyxis | Carefusion | 595-25-1-082-0001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Carefusion Solutions LLC for preventive maintenance services on CareFusion Pyxis automated medication dispensing equipment at the Lebanon VA Medical Center. The contract will cover a base period of one year, from November 1, 2024, to October 31, 2025, with the option to extend for four additional one-year periods through October 31, 2029. This maintenance is crucial for ensuring the equipment operates according to manufacturer standards, with responsibilities including scheduled maintenance, emergency repairs, and timely reporting to Biomedical Engineering. Interested vendors must submit capability statements by October 22, 2024, to the Contract Specialist, Haley Snyder, at haley.snyder@va.gov, with the procurement estimated under NAICS code 513210, which has a standard size of $47 million.
    J065--Notice of Intent to Sole Source to GE Healthcare . Service GE Imaging Equipment.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 16, intends to award a sole-source contract to GE Precision Healthcare LLC for a service plan covering the maintenance of critical GE radiological equipment. This contract will include a 12-month base period with four optional 12-month extensions, focusing on essential services for specific GE models, including the MR 1.5T Signa Artist and CT Optima CT660. The procurement is vital for ensuring compliance with regulatory standards and maintaining high-quality healthcare delivery for veterans, as GE is the original equipment manufacturer (OEM) uniquely qualified to provide the necessary services and parts. Interested parties may contest this sole-source determination by submitting their qualifications and OEM authorization to the Contract Specialist, Carolyn Bennett, via email by October 22, 2024, at 10:00 A.M. Central Standard Time (CST).
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    6515--CT Surgery Operating Room (OR) Gastroscopes Lease Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 16, intends to negotiate a sole-source Firm-Fixed Price contract with Olympus America Inc. for the lease and maintenance of CT Surgery Operating Room gastroscopes at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement encompasses a base period of one year, with the option for four additional one-year ordering periods, and is necessitated by the specialized nature of the equipment, which can only be provided by Olympus without incurring unacceptable delays or costs, as stipulated under FAR 6.302-1. The leased equipment will be integral to the cardiothoracic surgery section, ensuring compatibility and functionality within the operating room, with maintenance and service included in the agreement. Interested parties must submit their capabilities and relevant documentation by October 22, 2024, to Frank Sanders at frank.sanders1@va.gov, with the anticipated award date set for January 1, 2025.
    J065--Wilkes Barre VAMC | Neptune Rovers and Smart Dock Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a service contract with Stryker Sales, LLC for corrective and preventative maintenance of medical systems and devices at the Wilkes Barre VA Medical Center, focusing on the Neptune Rover and Smart Dock Evacuation Station. This procurement is categorized under NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and is associated with PSC code J065 for maintenance, repair, and rebuilding of medical equipment. Interested vendors are invited to submit a one-page capability statement by October 23, 2024, detailing their qualifications and relevant capabilities, with submissions directed to Contract Specialist Emily Hall at emily.hall5@va.gov. This notice serves as an intent to procure but is not a request for quotes, emphasizing the government's discretion in determining competition based on the responses received.
    J065--Notice of Intent to Sole Source | FY25 Services | GE Allia Service Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to GE Healthcare for the maintenance of the GE Allia IGS 540 Radiology System at the Buffalo VA Medical Center. This contract will cover service maintenance from November 1, 2024, to October 31, 2025, with the possibility of extending for four additional years. The maintenance services are critical for ensuring the operational efficiency of medical equipment used in radiology and interventional procedures. Interested firms that believe they can meet the requirements are invited to submit written notice by October 18, 2024, at 12:00 PM EST, to Contract Specialist Daniel Zielinski at daniel.zielinski@va.gov, as this is not a request for competitive quotes.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    6525--Intent to Sole Source Open MRI Applications Training for FUJIFILM James A. Haley Veterans' Hospital
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to negotiate a sole source contract for applications training on the proprietary Hitachi Medical Oasis M281 MRI system at the James A. Haley Veterans' Hospital in Tampa, Florida. This training is essential as only FUJIFILM Healthcare America possesses the specialized knowledge required to effectively address the unique design features and operational training of this equipment, which is critical for ensuring proper patient care. Interested parties that believe they can meet the requirements are invited to submit their qualifications to the Contract Specialist, Katrina Tavares, at katrina.tavares@va.gov by 12:00 PM EST on October 18, 2024. The procurement falls under NAICS code 541990, with a size standard of $19.5 million, and this notice does not constitute a request for quotations.
    Notice of Intent to Sole Source GC60 Irradiator Preventative Maintenance
    Active
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS) intends to award a sole-source contract to Hopewell Designs Inc. for the preventative maintenance of the Armed Forces Radiobiology Research Institute’s (AFRRI) GC60 Irradiator, which utilizes Cobalt-60 and Cesium-137 radioactive sources. This maintenance is critical for ensuring the effective training of health professionals dedicated to military service, as only Hopewell Designs Inc. is licensed and equipped to service the proprietary hardware and software associated with the GC60, in compliance with Nuclear Regulatory Commission (NRC) regulations. While the contract is intended to be sole-source, USUHS invites other vendors to submit evidence of their capability to meet the requirements, potentially allowing for competitive procurement. Interested parties can reach out to Jennifer Wilsanck at jennifer.wilsnack@usuhs.edu for further information.