Q702--NOTICE OF INTENT TO SOLE SOURCE SOFTWARE MAINTENANCE SERVICE
ID: 36C24524Q0411Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Custom Computer Programming Services (541511)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)
Timeline
    Description

    Special Notice: Veterans Affairs, Department of is issuing a Notice of Intent to award a sole source contract for software maintenance services for Voalte Nurse Call Systems at the Baltimore VA Medical Center, Loch Raven VA Medical Center, and the Perry Point VA Medical Center. The contract will be awarded to Hill-Rom, Inc. and will include maintenance, software updates, system updates, and system enhancement of the entire system and its components. Hill-Rom, Inc. is the original manufacturer of the system and the only company with certified technicians to restore the system in case of disruption. The contract will be a firm-fixed-price contract. This notice is not a request for competitive quotes and no solicitation document is available. Interested parties must provide clear evidence that competition will be advantageous to the Government.

    Point(s) of Contact
    JABBAR PRINGLECONTRACT OFFICER
    (304) 263-0811
    JABBAR.PRINGLE@VA.GOV
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    NOTICE OF INTENT TO SOLE SOURCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 07, intends to award six sole-source contracts to the Medical University of South Carolina for on-call physician services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. These contracts, each lasting 12 months, will cover specialties including Gynecology, Orthopedic, Otolaryngology, Plastic Surgery, Urology, and Vascular Surgery, ensuring that care meets or exceeds national standards. This procurement is critical for providing specialized medical services to eligible veterans, with the contract period set from February 1, 2026, to January 31, 2027. Interested parties must submit a capabilities statement by 1:00 PM CDT on December 19, 2025, to Wyona Davis at wyona.davis@va.gov, demonstrating their ability to compete effectively for this opportunity.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    HILL-ROM MATTRESS REPLACEMENT ICU
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Hill-Rom Progressa+ mattresses for the Intensive Care Unit (ICU) at the Cleveland Veterans Affairs Medical Center. This acquisition is intended to be a sole source procurement due to the proprietary nature of the Hill-Rom system, which is specifically designed to prevent pressure injuries, provide pulmonary therapy, and facilitate early patient mobility in critical-care settings. The unique features of the Progressa+ system, including its interlocking design with the Progressa bed frame and integrated therapy modes, are essential for maintaining clinical outcomes and warranty support. Interested parties who believe they can meet the requirements must submit their capabilities by December 18, 2025, at 5 PM EST, to Rachelle Hamer at rachelle.hamer@va.gov, referencing “RFQ 36C25026Q0166| Hill-Rom Mattress Replacement ICU” in the subject line.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm fixed price contract to KNAPP, Inc. for the provision of hotline and maintenance services for proprietary pharmaceutical dispensing equipment at the Consolidated Mail-Out Pharmacy (CMOP) in Hines, IL. The procurement includes scheduled and unscheduled maintenance services, as well as 24/7 emergency telephonic technical support for two KNAPP pharmaceutical auto-picker UUA-SDA banks, ensuring that services are provided without voiding existing warranties. This contract is critical for maintaining the operational efficiency of the pharmacy's dispensing systems, as KNAPP is the exclusive manufacturer capable of servicing its proprietary equipment. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further details.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    Notice of Intent to Award
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.