ACIST CONTRAST DYE INJECTOR SYSTEM
ID: 36C26125Q0432Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
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 is seeking to procure an ACIST CVi Contrast Dye Injector System through a sole-source contract with B2H Consulting Group LLC. This procurement involves the purchase, installation, and preventative maintenance of the system, which is critical for enhancing patient care in the VA Sierra Nevada Healthcare System. The contract includes a seven-year warranty and requires delivery within 90 days post-award, with installation commencing shortly thereafter. Interested parties must submit their qualifications and supporting documentation to Leah Smith at leah.smith@va.gov by April 4, 2025, at 11:00 AM Pacific Time to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 1:05 PM UTC
The Department of Veterans Affairs issued a solicitation for the procurement of an ACIST CVi standard contrast dye injector system for the VA Sierra Nevada Healthcare System. This contract involves a sole-source acquisition from B2H Consulting Group LLC and encompasses the delivery, installation, and maintenance of the equipment with a seven-year warranty. The stated delivery timeframe is within 90 days post-award, with installation commencing shortly thereafter. Contractors must possess qualifications to maintain the specific equipment model and provide documentation to ensure compliance with VA standards. Key details include provisions for the submission of electronic invoices and stipulations around compliance with the Buy American Act, which requires that domestic products be delivered unless otherwise specified. The document outlines that payment will be made electronically upon completion and government acceptance of services and specifies the applicable clauses under the Federal Acquisition Regulation. The structure includes sections on solicitation details, statements of work, pricing schedules, delivery requirements, and numerous contract clauses essential for regulatory compliance and contract execution. This procurement illustrates the VA’s commitment to upgrading healthcare technology to enhance patient care while adhering to federal contracting regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
Preventative Maintenance Drug Processing
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified service providers to conduct Preventative Maintenance Inspection (PMI) and intervening service calls for its Government Owned ScriptPro Dispensing System at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with Original Equipment Manufacturers (OEM) standards, utilizing OEM-standard parts and adhering to a structured reporting system for service activities and parts replacement. This initiative is critical for maintaining operational efficiency and high service quality within the VA's healthcare delivery systems. Interested vendors must submit documentation of OEM authorization, business size, and past experience by April 28, 2025, to the primary contact, Katharine Robert, at katharine.robert@va.gov or by phone at 520-001-6670.
Brand Name Only - AccuVein AV500
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking input from vendors for the procurement of eleven AccuVein AV500 units for the Geriatrics Extended Care - Home Based Primary Care Division at the VA Pittsburgh Healthcare System. This requirement emphasizes the need for brand-name products, highlighting the importance of the AccuVein AV500 in enhancing patient care through improved venous access visualization. Interested vendors must be registered in the System for Award Management (SAM) database and comply with eligibility criteria for service-disabled and veteran-owned small businesses, with responses due by April 30, 2025. For inquiries and submissions, interested parties should contact Keri Hester via email, as phone calls are not accepted.
36C26225Q0783 ULTRASOUND PROBE CART
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the procurement of ultrasound probe carts under solicitation number 36C26225Q0783. This opportunity specifically seeks brand name or equal products, including the Venue Go R4 Focus Package and associated ultrasound probes, ensuring compliance with detailed technical specifications for operational use. The procurement is crucial for enhancing the VA's healthcare capabilities, emphasizing the importance of high-quality medical equipment in patient care. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals electronically by April 29, 2025, at 4 PM PDT, and can direct inquiries to Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
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.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.