J075--Radio Maintenance - STC
ID: 36C26326Q0109Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES (J075)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to The City of St. Cloud, Minnesota, for the maintenance and software updates of police radios used by the St. Cloud VA Health Care System. This contract aims to ensure uninterrupted communication capabilities for police officials within the STCVA and with partnering law enforcement agencies, thereby prioritizing the safety of veterans. The procurement is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), as The City of St. Cloud is deemed the only source capable of providing the required services. Interested vendors may submit capability statements to Contract Specialist Jim Miller at james.miller4@va.gov by 10:00 am Central Time on November 10, 2025, for consideration.

    Point(s) of Contact
    James MillerContract Specialist
    319-338-0581 ext. 6359 87
    james.miller4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 23, issued a special notice of intent to award a sole-source, firm-fixed-price contract to The City of St. Cloud, Minnesota. This contract is for police radio maintenance and software updates for the St. Cloud VA Health Care System. The purpose is to ensure uninterrupted communication for police officials within the STCVA and with partnering law enforcement agencies, prioritizing veteran safety. This action is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), as only The City of St. Cloud is deemed capable of providing the required services. The NAICS code is 811210 and the service code is J075. While not a solicitation, other vendors believing they can fulfill this requirement may submit capability statements to james.miller4@va.gov by November 10, 2025, at 10:00 am Central Time for consideration.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    J065--Intent to Sole Source Digital Signage Players and Displays P&MR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to AVI Systems, Inc. for digital signage players and displays. This procurement aims to renew an expired maintenance contract for Haivision Electronic CoolSign Preventive Maintenance services, which are crucial for directory and informational signage across the Veteran Affairs San Diego Health Care Services (VASDHCS) campuses. The decision to sole source is based on the need for continuity of services and the utilization of existing equipment, with the contract structured as a Base Plus Four Option Year agreement. Interested parties must demonstrate past performance experience and be authorized distributors of the Haivision equipment, with all inquiries and capability statements due by 12:00 PM Pacific Time on December 12, 2025, directed to Charity Cazee at Charity.Cazee@va.gov.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.