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.
    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.
    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--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    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.
    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.
    6515--CARESCAPE B650 and B450 Monitors
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole-source contract for the acquisition, delivery, and installation of 12 Carescape B650 and B450 patient monitors at the Audie L. Murphy Memorial VA Hospital in San Antonio, Texas. This procurement aims to enhance monitoring capabilities for an expanded Pain Clinic, addressing the need for additional equipment to manage an increased patient load effectively. The monitors are critical for ensuring patient safety and improving healthcare delivery within the facility. The contract is expected to be awarded around February 27, 2025, with services to commence shortly thereafter. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses, are encouraged to submit capability statements to Tammy L. Wilson at Tammy.Wilson5@va.gov or by phone at 254-661-5372.
    W065--V23 HO2/Ventilator Service & Supplies Contract (VA-26-00000384)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Ventilator Service & Supplies Contract (Solicitation Number 36C26325Q0452) aimed at providing home ventilation and oxygen delivery services for veterans in the VISN 23 area, which includes North Dakota, South Dakota, Minnesota, Iowa, and Nebraska. The procurement intends to consolidate separate contracts into one, requiring vendors to demonstrate their capability to deliver both services or either one, along with relevant certifications and experience. This initiative is crucial for ensuring continuous and effective respiratory care for approximately 5,400 oxygen users and 93 ventilator users, emphasizing compliance with regulatory standards and the safety of high-risk veterans. Interested parties must submit their responses via email to the contracting officer, Curt LaRose, by February 28, 2025, at 10:00 AM Central Time, and are encouraged to review the complete Scope of Work attached to the notice.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.
    J066--Base Year Only– Agilent Dako Artisan Svc
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Agilent Technologies, Inc. for maintenance and repair services of the Dako Artisan Stainer, specifically the Diagnostic Artisan Link Pro System, at the South Texas Veterans Healthcare System Laboratory in San Antonio, TX. This contract, which is for a base year only, will utilize a pricing agreement based on previous contracts and is critical for ensuring the operational efficiency of laboratory equipment used in patient diagnostics. Interested parties may submit capability statements within five days of the notice, although the contract is uncompetitive under the authority of 41 U.S.C. 3304(a)(1) and FAR 6.302-1. For further inquiries, contact Susan Flores at Susan.flores2@va.gov or call 210-694-6379.