J065-- Intra-aortic Balloon Pump Service Maint
ID: 36C26125Q0236Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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 award a sole-source contract for maintenance services on the AC3 Optimus Intra-Aortic Balloon Pump, a critical piece of medical equipment used in the care of veterans. The procurement emphasizes the necessity of utilizing the original equipment manufacturer (OEM), Teleflex, as they are the only provider with the required parts and qualified technicians for effective service and repair. This contract, classified under NAICS code 811210, will span one year with the option for four additional one-year extensions, ensuring the operational readiness of essential medical equipment. Interested parties capable of demonstrating their qualifications must respond by February 13, 2025, and can contact Contract Specialist Bruce Lundvall at bruce.lundvall@va.gov or by phone at 916-923-4549 for further information.

    Point(s) of Contact
    Bruce LundvallContract Specialist
    (916) 923-4549
    bruce.lundvall@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Teleflex for maintenance services on the AC3 Optimus Intra-Aortic Balloon Pump, emphasizing the critical need for this equipment in providing timely medical care to veterans. This procurement falls under FAR regulations for non-competitive actions and is classified under NAICS code 811210, with a small business size standard of $34 million. The contract will span one year with the potential for four additional one-year options. The notice highlights that only the original equipment manufacturer (OEM) possesses the necessary parts and qualified technicians for effective service and repair. The Government will consider responses from interested parties that can demonstrate capability by February 13, 2025, but the decision to maintain a sole-source contract lies solely with the government. Overall, this action underscores the VA's commitment to ensuring that essential medical equipment remains operational for veteran care.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    NX EQ Heart-Lung Bypass Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.
    J065--629-25-2-036-0292, Neptune 3 Rover Repair (VA-25-00048913)
    Buyer not available
    The Department of Veterans Affairs is issuing a sole-source contract notice for the repair of the Neptune 3 Rover, specifically seeking to engage OEM Stryker Instruments due to the specialized nature of the service required. This procurement is classified under NAICS code 811210 and aims to ensure the operational readiness of medical equipment utilized by the Southeast Louisiana Veterans Health Care System. Interested parties must submit capabilities statements by February 14, 2025, at 10:00 AM CST, and must be registered with the System for Award Management (SAM) to be considered for this firm-fixed-price contract, which has a performance period of 90 days post-award. For further inquiries, interested vendors can contact Tiffany Conner at tiffany.conner@va.gov or (318) 990-4064.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    IMPELLA PUMPS AND ACCESSORIES
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Abiomed Impella Pumps and Accessories through a sole source contract with Geo-Med, LLC, under a Combined Synopsis/Solicitation. This procurement aims to fulfill a critical need for heart pump kits necessary for patient procedures at the San Francisco VA Medical Center, with an estimated contract value exceeding $7.5 million over a five-year period. The Impella device is the only FDA-approved non-surgical heart pump for specific medical applications, underscoring its importance in providing high-quality healthcare services to veterans. Interested parties can contact Leah Smith at LEAH.SMITH@VA.GOV for further information regarding this opportunity.
    J065--DynaCAD Service Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to negotiate a sole-source contract with Philips Medical Systems for a DynaCAD Service Maintenance Agreement. This procurement is based on the determination that Philips is uniquely qualified to meet the service requirements under FAR 6.302-1, which permits single-source procurement when no other options are viable. The DynaCAD system is critical for medical imaging and diagnostics, making this maintenance agreement essential for the continued operation of VA medical facilities. Interested parties who believe they can meet the requirements are encouraged to submit their capability statements or proposals by 2 PM EST on February 14, 2025, to the Contracting Officer, Chad Kemper, at chad.kemper@va.gov or by phone at (937) 268-6511 ext. 4541.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Omnicell, Inc. for the maintenance and support of government-owned Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a one-year base period starting March 15, 2025, with options for two additional years, and will include comprehensive services such as maintenance, repairs, software updates, and technical support to ensure compliance with original equipment manufacturer standards. This procurement is critical for maintaining high standards of patient care through reliable equipment servicing, as Omnicell, Inc. is the only authorized provider for these services. Interested firms may submit written notifications of their capability to meet the requirements by February 19, 2025, at 2:00 PM ET, directed to Contract Specialist Lisa Harris via email at Lisa.Harris4@va.gov.
    J065--SOLE SOURCE NOTICE - SDV MEDICAL - SERVICE AND MAINTENANCE CONTRACT TABLO CONSOLE - BALTIMORE VA MEDICAL CENTER - 512-25-2-098-0369
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Notice for a Service and Maintenance Contract for the Tablo Hemodialysis machines at the Baltimore VA Medical Center, specifically awarded to SDV Medical, a verified Service-Disabled Veteran Owned Small Business (SDVOSB). The contract, referenced by solicitation number 36C24525Q0304, aims to ensure the operational integrity, performance, reliability, and safety of the hemodialysis units, with the awarded contractor responsible for providing all necessary parts and maintenance services. This procurement reflects the VA's commitment to supporting veteran-owned businesses while ensuring the availability of critical medical equipment services. Interested parties should note that the response deadline is February 18, 2025, at 10:00 AM Eastern Time, and for further inquiries, they can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411.
    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.