6515-- BARD Radiology Stents
ID: 36C24125Q0255Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source a contract for the procurement of seven Fluency Stents from Bard Peripheral Vascular, Inc. This procurement is essential for the Interventional Radiology Service at the Providence VA Medical Center, as these stents are uniquely FDA-approved for treating dialysis fistulas and grafts, demonstrating superior performance compared to alternative products. The intent to streamline procurement aims to enhance patient care within the VA system and reduce reliance on external community care for veterans. Interested parties are invited to submit their qualifications by February 12, 2025, at 4:00 PM EST to the designated Contract Specialist, Divianna Mathurin, at divianna.mathurin@va.gov or by phone at 914-325-3258.

    Point(s) of Contact
    Divianna MathurinContract Specialist
    (914) 325-3258
    divianna.mathurin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source a contract for the procurement of seven Fluency Stents from Bard Peripheral Vascular, Inc. This action, under solicitation number 36C24125Q0255, is due by February 12, 2025, at 4:00 PM EST. The procurement will follow FAR 813.106-1(b) guidelines for Simplified Acquisition, indicating that the government intends to negotiate exclusively with Bard San Resilient. All parties interested in providing these products are invited to submit their qualifications by the specified deadline to the designated Contract Specialist, Divianna Mathurin. The document emphasizes that this notice does not constitute a competitive solicitation and responses will be used for market research purposes only. The goal is to ascertain whether a competitive procurement process is warranted, though the decision rests solely with the government. This summary reveals the VA's intent to streamline procurement for essential medical supplies while ensuring compliance with federal acquisition regulations.
    The document outlines a Justification for Single Source Awards by the Department of Veterans Affairs (VA) for the acquisition of seven Fluency Plus Endovascular Stent Grafts. These stents, manufactured solely by Bard Peripheral Vascular, Inc., are specifically required for use in the Interventional Radiology Service at the Providence VA Medical Center due to their FDA approval for treating dialysis fistulas and grafts. The justification asserts that these stents have demonstrated superior performance over alternative products, making them the only suitable option for the required procedures. Market research confirmed that Bard is the only vendor authorized to supply these unique stents, with the research encompassing various government databases. The document includes a certification from the contracting officer, Phillip Crockett, affirming compliance with acquisition regulations. This procurement is essential for maintaining patient care within the VA system and reducing reliance on external community care for veterans. The focus is on ensuring high-quality patient outcomes through the exclusive use of these specific stents in expanding interventional services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    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.
    6515--RFQ Infusion Pump System Brand Name Only
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a specific brand name Infusion Pump System, identified as the MRidium MRI Infusion System, through a solicitation numbered 36C25625Q0461. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide essential medical equipment that operates safely in high magnetic fields, crucial for delivering intravenous medication during MRI procedures for veteran patients. The contract, valued at a ceiling of $250,000, emphasizes compliance with federal acquisition regulations and requires interested contractors to submit their quotes electronically by February 20, 2025, while all questions must be directed to the primary contact, Frank Gastelum, at frank.gastelum@va.gov by February 17, 2025.
    Q522--Angio-Interventional Radiology Services 614 Long Term Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Angio-Interventional Radiology services at the Memphis VA Medical Center through a long-term contract. The procurement aims to secure on-site services from board-certified Angio-Interventional Radiology Physicians, adhering to standards set by the American College of Radiology, with a contract structure consisting of one base year and four optional one-year extensions, projected to commence on October 1, 2025. This opportunity is critical for ensuring high-quality patient care and compliance with VA and HIPAA regulations, emphasizing the importance of qualified personnel and adherence to performance standards. Interested parties must submit their capabilities and qualifications, including Small Business certification and active registration in the System for Award Management (SAM), to Contracting Specialist Laura Edelman at laura.edelman@va.gov by the specified deadline.
    6515--Intent to sole source Brand name Lucas V3.1 Chest Compression System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for the procurement of two Lucas V3.1 Chest Compression Systems for the Bath VA Medical Center, part of VISN 2. This acquisition aims to standardize emergency medical equipment across the medical center's ambulance fleet, which currently suffers from inadequate resources, with only one ambulance equipped with an advanced Lucas system while others rely on outdated Autopulse systems. The systems must meet specific technical requirements, including compatibility with both battery and A/C power, a compact design for easy storage, and adherence to established CPR protocols. Proposals must be submitted by February 20, 2025, to Contracting Officer Chad M. Johnson at chad.johnsdon4@va.gov, with the government retaining the discretion to pursue or decline competitive bidding based on the responses received.
    6505--Bevacizumab Injection
    Buyer not available
    The Department of Veterans Affairs (VA) intends to procure Bevacizumab Injections through a Request for Proposal (RFP) designated as 36E79725R0019. This procurement aims to secure an uninterrupted supply of Bevacizumab, a critical pharmaceutical product used in the treatment of various medical conditions, for the VA, Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will span one year with four additional one-year option periods, and the estimated annual requirements include various package sizes of Bevacizumab, with a total estimated usage of over 100,000 vials. Interested offerors must submit their proposals by March 4, 2025, at 2:30 PM Central Time, and can direct inquiries to Contract Specialist Matthew Poulin at Matthew.Poulin@va.gov or by phone at 708-786-5186.
    6515--WavelinQ RF Generator
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the acquisition of a WavelinQ RF Generator and Arm Board to support the Central Arkansas Veterans Healthcare System. This presolicitation notice outlines the need for equipment that will facilitate the outpatient creation of arteriovenous (AV) fistulae, along with on-site training for healthcare staff at the facility located in North Little Rock, Arkansas. The procurement emphasizes the importance of these medical devices in enhancing patient care and operational efficiency within the healthcare system. Interested vendors must submit their responses, including company details and qualifications, by February 24, 2024, to the primary contact, Carmyn E. Williams, at Carmyn.Williams@va.gov or by phone at 713-799-0795.
    J065--Karl Storz Service Agreement | Base and 1OY Columbus VAACC Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to negotiate a sole-source Firm-Fixed Price Contract for a service agreement with Karl Storz Endoscopy America, specifically for the Columbus VAACC facility. This procurement aims to secure specialized maintenance and repair services for Karl Storz surgical equipment, which is critical for ensuring the operational readiness and effectiveness of medical procedures at the facility. Interested contractors are invited to submit a capabilities statement by February 28, 2025, at 10:00 AM Eastern Time, directed to Contracting Officer Michael Groneman and Contracting Specialist Andrew Arnst via email. Please note that the government will not reimburse any costs incurred in the submission process.
    J065--Notice of Intent to Sole-Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to The Chudy Group, LLC for a Service Agreement concerning the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This procurement is being conducted under Simplified Acquisition Procedures as outlined in FAR 6.302-1, which permits negotiations with a single responsible source when no other options can fulfill the agency's requirements. The specialized service is critical for the VA's operations, emphasizing the unique capabilities of the designated contractor. Interested parties may submit their capabilities for consideration, but all communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email at Jennifer.Nowak@va.gov. Responses are due by 2 PM EST on February 19, 2025, and it is important to note that the government will not compensate for any information submitted.