FY23 Medivator Service Contract 36C24223C0066 - Multi Site Requirement
ID: 36C24223C0066_1Type: Justification
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking to award a service contract for preventative maintenance and coverage on Medivators Endoscope Reprocessor Units at multiple locations, including the Albany VAMC, Rochester VA Outpatient Clinic, and Buffalo VAMC. The contract, identified as 36C24223C0066, is specifically justified for other than full and open competition and is awarded to STERIS Corporation, which specializes in medical equipment maintenance and repair. The importance of this service lies in ensuring the operational efficiency and reliability of critical medical equipment used in patient care. Interested parties can reach out to Michael Estep at michael.estep2@va.gov or (518) 626-7218 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Lifecycle
    Similar Opportunities
    J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.
    J065--Olympus EBUS and EUS Endoscopy Repair and Maintenance at Clement J. Zablocki VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract to Olympus America, Inc. for the repair and maintenance of EBUS and EUS endoscopes at the Clement J. Zablocki VA Medical Center. This procurement is necessary as Olympus America, Inc. is the only authorized vendor capable of servicing these specific medical devices, which are critical for endoscopic procedures. The contract will be a firm fixed price for a one-year base period with two additional one-year options, and interested firms must submit written notifications and supporting evidence, including authorization from the Original Equipment Manufacturer, to Contracting Officer Joni Dorr at joni.dorr@va.gov by December 5, 2025, at 10:00 AM Central Time.
    PM&R Sterile Processing Department Reverse Osmosis Equipment
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Preventative Maintenance and Repair (PM&R) services for Sterilization Processing Department (SPD) Reverse Osmosis equipment at the Altoona VA Medical Center in Altoona, Pennsylvania. This procurement is critical for ensuring the proper functioning and reliability of medical equipment used in sterilization processes, which is vital for patient safety and care. The contract, valued at approximately $120,000, is a Firm Fixed Price (FFP) agreement, with the official solicitation expected to be released on December 10, 2025, and responses due by December 15, 2025. Interested parties should monitor www.sam.gov for updates and may contact Contract Specialist Emily Hall at emily.hall5@va.gov for further inquiries.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    6515-- O.R. Sterilizer Cases Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of specialized Arthrex OR Sterilizer Cases, essential for the proper reprocessing and sterilization of proprietary Arthrex surgical instruments used in orthopedic surgeries at the Albany VAMC. These sterilizer cases are specifically designed and validated by the manufacturer to ensure compliance with FDA regulations, Joint Commission standards, and VA policies, thereby safeguarding patient safety and preventing potential surgical delays due to improper sterilization or instrument damage. The estimated cost for this acquisition is $38,700, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563.
    Stryker Neptune Service and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    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.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    J065-- Service Contract for Bruker
    Buyer not available
    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.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.