Intent to Sole Source - HistoTrac Maint and Service - Iowa City VA
ID: 36C26325Q0634Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Software Publishers (513210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs intends to award a sole source contract for HistoTrac Software Maintenance Services to One Lambda INC. This contract is essential for maintaining the HistoTrac System, which is critical for tracking compatibility testing results for transplant patients, ensuring accurate laboratory results vital to patient care and transplant surgeries. The estimated cost for the initial year is $17,957.14, totaling $97,261.65 over five years, with the procurement justified under FAR guidelines due to the proprietary nature of the software that only One Lambda can service. Interested vendors are encouraged to submit their capability statements by April 4, 2025, to Savannah Weberg at savannah.weberg@va.gov, although the government currently believes that One Lambda INC. is the only responsible source for this requirement.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 9:04 PM UTC
The Iowa City VA Medical Center intends to award a sole source contract to One Lambda INC. for HistoTrac Software Maintenance Services, as per Federal Acquisition Regulation (FAR) guidelines. The proposed contract is a Base +4, firm fixed price agreement justified under 41 U.S.C. 3304(a)(1), indicating that only One Lambda is deemed capable of providing necessary maintenance services specified by the software manufacturer. The North American Industry Classification System (NAICS) code categorizing this service is 513210, with a service code of J065. Although this synopsis serves as a notice rather than a solicitation, other vendors are encouraged to submit their interest and capability statements by April 4, 2025. The government will consider these submissions solely to evaluate the potential for competitive procurement, although it currently believes One Lambda INC. is the only responsible source. The final decision regarding competition for this requirement remains at the discretion of the Government.
Apr 1, 2025, 9:04 PM UTC
The Department of Veterans Affairs is seeking a single-source contract for a maintenance agreement for the HistoTrac Software System, vital for tracking compatibility testing results for transplant patients. The estimated cost for the initial year is $17,957.14, totaling $97,261.65 over five years. The justification for a single-source procurement is based on the unique proprietary nature of the HistoTrac System, which can only be serviced by employees of One Lambda, the original equipment manufacturer (OEM). Market research confirmed that no alternative providers are authorized for maintenance services. The Contracting Officer certified the purchase aligns with federal acquisition guidelines, specifically FAR 13.106-1(b), confirming the necessity of this contract for ensuring accurate laboratory results critical to patient care and transplant surgeries. This document serves to comply with federal acquisition regulations while ensuring continued functionality of essential healthcare software.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs intends to award a sole source service contract to BioMérieux, Inc. for the maintenance of Vitek 2 and Myla PC equipment at the Central Texas Veterans Health Care System. This contract will cover one base year from May 1, 2025, to April 30, 2026, with four optional renewal years, and requires specialized repair services that can only be provided by certified technicians from BioMérieux to ensure warranty compliance and service quality. The equipment is critical for VA-funded research, necessitating on-site service, 24/7 telephone support, and annual preventive maintenance, with all repair costs covered during designated hours. Interested vendors may submit capability statements to the designated VA contacts, Romya Turner and Tommy Haire, by April 9, 2025, to demonstrate their ability to provide similar services, although the government reserves the right not to seek competitive proposals.
6515--Lebanon VA - ThinPrep 5000 Processor System | NCO 04
Buyer not available
The Department of Veterans Affairs, specifically the Lebanon VA Medical Center, intends to negotiate a Sole Source Award with Hologic Sales and Services, LLC for the procurement of a ThinPrep 5000 Processor System. This automated laboratory system is essential for processing fluid-based gynecological, non-gynecological, and urine specimens, and must comply with FDA standards while offering features such as minimal maintenance, hands-free operation, and automated processing capabilities. The procurement emphasizes the importance of installation and training for up to five staff members, along with a warranty and 24/7 technical support. Interested parties that can meet these specifications must submit their capabilities by NOON EST on March 26, 2025, to the Contract Specialist, Yazmin Alvarez, at yazmin.alvarez@va.gov, as no formal solicitation will be issued.
6525--Varian Software Service Agreement (SSA) (VA-24-00080875)
Buyer not available
The Department of Veterans Affairs (VA) is seeking a sole-source contract for a Varian Software Service Agreement (SSA) to provide essential software maintenance, upgrades, and support for the Varian software systems utilized in the Radiation Oncology Department at the St. Louis VA Health Care System. This contract aims to ensure operational efficiency in cancer treatment management, covering services such as software license renewals, technical support, and hardware refresh for workstations, with a base period of 12 months and four additional option periods. The Varian software, including ARIA and Eclipse, is critical for managing cancer treatment processes, and the contract emphasizes compliance with federal accessibility and energy efficiency standards. Interested parties can contact Contract Specialist Abigail Hoeppner at abigail.hoeppner@va.gov or by phone at 848-377-5269 for further details.
Diasorin Liaison testing services
Buyer not available
The Department of Veterans Affairs, specifically the VISN 4 Network Contracting Office, intends to award a sole source contract for Diasorin Liaison testing services at the Philadelphia VA Medical Center in Pennsylvania. This procurement aims to secure essential testing services from Diasorin, which is deemed the only responsible source capable of fulfilling the agency's requirements, with the contract period set from May 17, 2025, to May 16, 2026. The services are critical for the department's operations, ensuring accurate and reliable laboratory testing for veterans. Interested parties who believe they can meet these requirements are encouraged to submit supporting evidence to the Contracting Officer, Roger Tang, at roger.tang@va.gov, by April 10, 2025, at 10:00 AM EST.
J065--INTENT TO SOLE SOURCE | BALTIMORE VA MEDICAL CENTER | 04/20/2025 - 04/19/2026 | HOLOGIC INC.
Buyer not available
The Department of Veterans Affairs is planning to award a sole source contract to Hologic Inc. for the repair and maintenance of the Mini C-Arm at the Baltimore VA Medical Center, which is currently non-operational and affecting patient care for veterans. The contract, effective from April 20, 2025, to April 19, 2026, aims to restore the Mini C-Arm's functionality through diagnostic testing, necessary repairs, and the provision of OEM parts, ensuring timely diagnoses and treatments for veterans. Hologic, as the original equipment manufacturer, is uniquely qualified to perform these repairs, and the procurement process will include a market research phase to identify any potential vendors capable of fulfilling the requirements. Interested vendors may contest the sole source determination by providing documentation of their qualifications to the Contracting Officer, Amy Walter, at AMY.WALTER1@VA.GOV.
DA10-- CENSIS CLOUD
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Censis Technologies, Inc. for the provision of its CensiTrac Surgical Instrument Tracking System. This procurement includes an annual subscription, telephone support, software upgrades, and cloud storage, aimed at maintaining the functionality of the already installed system across multiple VA Medical Centers in New York. The unique and proprietary nature of Censis Technologies' offerings, classified under NAICS code 541519, necessitates this sole-source award, as no other provider can meet the specialized requirements. Interested firms may submit written responses to demonstrate their capability by April 17, 2025, at 10 a.m. ET, with all inquiries directed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
CareFusion Software Support and Services
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 4, intends to sole source software support services from CareFusion Solutions, LLC for the BD Alaris Guardrails System at the Philadelphia VA Medical Center. The procurement aims to ensure the reliability of the system, which is critical for supporting clinical procedures essential for patient safety, and includes a one-year base period with four additional one-year options, totaling five years. This contract encompasses software support, licenses, and onsite services, while specifically excluding individual BD Alaris infusion pumps. Interested vendors may challenge this sole source decision by submitting a capability statement detailing relevant experience by April 15, 2024, with all submissions directed to Contract Specialist Haley Snyder at haley.snyder@va.gov.
Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
Buyer not available
The Department of Veterans Affairs is soliciting proposals for an unrestricted contract to provide immunohistological stains reference testing for the Rocky Mountain Regional VA Medical Center. The contractor is required to deliver comprehensive laboratory testing services in-house, ensuring sample integrity and adhering to strict turnaround times for various tests, which range from 2-5 days for stains to 7-14 days for molecular testing. This procurement is critical for delivering high-quality healthcare services to veterans, emphasizing the importance of accurate and timely laboratory diagnostics for malignancies. Interested vendors should note that the deadline for submitting proposals has been extended to April 10, 2025, and can contact Contracting Specialist Lindsey M Zwaagstra at Lindsey.Zwaagstra@va.gov for further information. The estimated contract value is approximately $41.5 million, covering a five-year period from July 1, 2025, to June 30, 2030.