Q201--Intent to Sole Source Notice - Bloomington CBOC Indy
ID: 36C25025Q0303Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a Sole Source contract for Primary Care and Primary Care Mental Health services at the Bloomington Community-Based Outpatient Clinic (CBOC) in Indiana to Valor Healthcare Inc. This contract, justified under FAR 6.302-1, is based on the existing relationship with the incumbent provider and the new VA staff model set to be implemented in September 2025. The six-month contract will be effective from March 23, 2025, to September 22, 2025, and emphasizes the VA's commitment to delivering essential healthcare services amidst operational changes. Interested parties must submit any evidence of potential competition by February 20, 2025, at 14:00 PM Eastern Time, directly to the contracting officer, Michelle C. Ford, at michelle.ford2@va.gov.

    Point(s) of Contact
    Michelle C. FordContracting Officer
    (734) 222-7151
    michelle.ford2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to award a sole-source, fixed-price contract for Primary Care and Primary Care Mental Health services through the Bloomington Community Based Outpatient Clinic (CBOC) in Bloomington, Indiana. This contract, lasting six months, will be in place until the new VA-owned CBOC, currently under construction and expected to open in September 2025, commences operations. The initiative falls under NAICS Code 621498, with a size standard of $22.5 million. The contracting officer has determined that only one responsible source can meet the agency's needs as per FAR 6.302-1. As a result, the government will not issue a solicitation package, and any interested parties must demonstrate through clear and convincing evidence that competitive offerings would benefit the government. Responses are due by February 20, 2025. All submissions must be sent via email, as no telephone inquiries will be accepted. This notice emphasizes the VA's strategic approach to ensuring continued care during the transition to a new facility.
    The Department of Veterans Affairs (VA) has announced its intent to award a Sole Source contract for Primary Care and Primary Care Mental Health services at a community-based outpatient clinic (CBOC) in Bloomington, Indiana, to Valor Healthcare Inc. This decision is based on the existing relationship with the incumbent provider and the new VA staff model set to open in September 2025. The six-month contract, effective from March 23, 2025, to September 22, 2025, is justified under FAR 6.302-1, which states that only one responsible source can meet the agency's requirements. No solicitation package will be available, and responses evidencing potential competition must be submitted by February 20, 2025, at 14:00 PM Eastern Time. The document emphasizes the government's discretion regarding competition and outlines the response submission process through email to the designated contracting officer, Michelle C. Ford. This notice underscores the VA's commitment to providing essential healthcare services while navigating changes within its operational structure.
    Similar Opportunities
    G099--Intent to Sole Source Posting Low Demand Safe Haven Services Hines VA Hospital
    Buyer not available
    The Department of Veterans Affairs is seeking to sole source a contract with Volunteers of America of Illinois to provide Low Demand Safe Haven (LDSH) Services at the Hines VA Hospital. This initiative aims to support veterans experiencing severe mental illness and substance use disorders, offering a supportive environment without strict treatment demands, including essential services such as room and board, 24/7 staff support, meals, and hygiene products. The program is crucial in addressing veteran homelessness and will run from May 15, 2025, through May 14, 2030, with a potential six-month extension. Interested vendors must respond by February 24, 2025, and should contact Contracting Officer Carrie DeSwarte at Carrie.Deswarte@va.gov or 414-844-4845 for further details.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    G099--HCHV Emergency Residential Services for Male Veterans (VANIHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential contractors to provide Health Care to Homeless Veterans (HCHV) Emergency Residential Services for the VA Northern Indiana Health Care System (VANIHCS). The project involves establishing facilities within a 20-mile radius of the Jackie Walorski Community Based Outpatient Clinic in Mishawaka, IN, to offer emergency housing and supportive services for male veterans, particularly those facing mental health or substance abuse challenges. The selected contractors will be responsible for accommodating up to ten veteran beds per day, providing low-demand housing, meals, mental health therapy, and case management, while excluding detoxification services. Interested vendors must submit detailed responses outlining their capabilities and qualifications by February 27, 2025, with the anticipated performance period running from October 1, 2025, to September 30, 2026. For further inquiries, vendors can contact Contracting Officer Karen Williams at Karen.Williams4@va.gov or by phone at 614-257-5220.
    Q301--NOI to sole source to CareDX
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for the procurement of specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will cover the AlloMap and AlloSure tests, which are essential for heart and kidney transplant assessments. The sole source award is justified under Federal Acquisition Regulation regulations, as only CareDx can provide the required brand-name items. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement, and all inquiries regarding the contract can be directed to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at (479) 443-4301 ext 66194.
    Q201--Holly Springs CBOC Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Community Based Outpatient Clinic (CBOC) Services in Holly Springs, Mississippi, through an indefinite-delivery indefinite-quantity (IDIQ) contract. The procurement aims to enhance healthcare delivery for veterans, requiring contractors to provide primary and mental health care services while adhering to strict quality assurance standards and staffing requirements, including a patient-aligned care team (PACT) capable of managing up to 1,515 patients. This initiative is crucial for ensuring accessible and comprehensive care for veterans, with an estimated total ceiling amount of $40 million over a base year and up to nine option years. Interested parties should contact Contract Specialist Angela C. Tucker at Angela.Tucker2@va.gov for further details and to submit proposals by the specified deadlines.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    Q402--One (1) Year 03/15/2023 to 03/14/2024 - Open & Continuous Solicitation for CNH services for the State of Virginia.
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community Nursing Home services in Virginia through an open and continuous solicitation. The procurement aims to establish multiple Indefinite Delivery Contracts (IDC) to provide comprehensive nursing care to eligible veterans, ensuring adherence to federal standards and quality care requirements. This initiative is crucial for enhancing healthcare services for veterans, emphasizing the importance of skilled nursing facilities in meeting their medical, nursing, and psychosocial needs. Interested contractors must submit their proposals by the extended deadline of March 31, 2025, at 16:00 ESDT, and can contact Contract Specialist Karen L. Crowe at Karen.Crowe@va.gov for further information.
    U009--Intent to Sole Source Notice - Elsevier Connect
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 5, intends to proceed with a sole source procurement for Elsevier Connect, a platform that facilitates content delivery through a learning management system for the Louis A. Johnson VA Medical Center. This contract is set for a duration of 12 months, with the possibility of two additional 12-month extensions, emphasizing the importance of reliable educational resources in supporting the training and development of VA staff. Interested contractors are invited to submit a capability statement or quote by February 20, 2025, with an estimated award date of March 3, 2025; submissions must be sent via email to Contracting Officer Jameel Gordon at jameel.gordon@va.gov, and all interested parties must be registered in the System for Award Management (SAM) with their Unique Entity ID and cage code included.
    J065--Notice of Intent to Sole Source Stretcher Service Contract
    Buyer not available
    The Department of Veterans Affairs is planning to award a sole-source contract to Hill-Rom Inc. for stretcher and bed maintenance services at the San Francisco VA Medical Center. This contract will include one base year and four additional one-year options, and it is critical for ensuring the timely medical care of veterans. The acquisition is justified under FAR guidelines for non-competitive procurement, emphasizing the essential nature of these services for maintaining the operational integrity of the medical facility. Interested parties may express their interest and demonstrate their capabilities by 12:00 PM PST on February 21, 2025, by contacting Contract Specialist Bruce Lundvall at bruce.lundvall@va.gov or by phone at 916-923-4549.