J065--Base YR (02/01/2025 - 01/31/2026) + 4 OYs Elekta Versa LINAC Service Support
ID: 36C25225Q0038Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 (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.

    Point(s) of Contact
    eileen.meyer@va.govEileen Meyer
    414-844-4800x43432
    eileen.meyer@va.gov
    Files
    Title
    Posted
    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, for the base year from February 1, 2025, to January 31, 2026, plus four option years. This service encompasses scheduled and unscheduled maintenance, software updates, technical assistance, and obsolescence protection. The procurement is justified under FAR Part 13.5 as Elekta is the only authorized provider. Interested vendors can submit capability statements, demonstrating compliance with specific requirements, including authorization from the OEM, ability to procure OEM parts, and proof of certified technical personnel. The submission deadline is October 22, 2024. The document emphasizes that all supplies must be new and original, prohibiting gray market or counterfeit items. This notice outlines the VA's intent to ensure the quality and reliability of critical medical equipment through stringent procurement standards while maintaining a clear avenue for potential vendors to express interest under strict conditions.
    Lifecycle
    Similar Opportunities
    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.
    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--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.
    J065--Peloris Tissue Processors Maintenance | New | Start: 11/1/24
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for the maintenance of Peloris tissue processors, effective November 1, 2024. This procurement requires electronic and precision equipment repair and maintenance using certified OEM parts specifically for two designated tissue processors, as only Leica Microsystems Inc. possesses the unique capabilities to fulfill these requirements. The maintenance of these tissue processors is critical for ensuring the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements for consideration, but competitive proposals are not solicited, and the discretion to consider any submissions lies solely with the government. For further inquiries, interested parties should contact Contracting Specialist Jennifer Nowak at Jennifer.Nowak@va.gov.
    J066--Intent to Sole Source Notice: Leica CM3050 S Cryostat preventative maintenance silver service plan
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole source contract with Leica Microsystems, Inc. for a preventative maintenance service plan for a Leica CM3050 S Cryostat located at the Malcom Randall VA Medical Center in Gainesville, Florida. This contract will encompass a one-year base period with four additional annual option years, covering necessary repair parts, labor, and one annual service visit. The maintenance of this specialized laboratory equipment is crucial for ongoing research and rehabilitation efforts within the facility. Interested parties who believe they can meet the service requirements are invited to submit a capability statement to the contracting officer, Rachael Talbott, via email by October 22, 2024, at 12:00 PM EST, as this notice is not a solicitation for competitive proposals.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment as part of the June 2024 Equipment Only Consolidation initiative. This procurement aims to acquire essential imaging equipment, including ultrasound machines, C-arms, and CT scanners, to enhance healthcare delivery across various Veterans Affairs facilities. The solicitation emphasizes compliance with technical specifications and encourages competitive bidding among current contract holders, with a submission deadline for offers set for October 30, 2024. Interested vendors can reach out to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    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--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--Carestream DRX Evolution/Revolution Digital Radiographic System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and repair services for the Carestream DRX Evolution/Revolution Digital Radiographic System at the VA Loma Linda Healthcare System in California. The procurement aims to ensure the functionality and reliability of the radiographic systems through preventive maintenance, corrective repairs, and on-site training, utilizing OEM certified parts and trained technicians. This service is critical for maintaining the operational capabilities of medical imaging equipment, which is essential for patient care. Interested parties must submit their qualifications and capability statements to Contract Specialist William Cornick at william.cornick@va.gov by 4:30 PM PST on October 24, 2024, as part of the sources sought announcement.
    J065--635 - Blue Phantom & myQA Applications Preventative Maintenance Service and Support (NEW BASE) (VA-25-00009018)
    Active
    Veterans Affairs, Department Of
    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.