6515--36C242-25-AP-2348 | 528-25-2-7085-0053 IR INJECTORS Sole Source Notice
ID: 36C24225P0784Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs intends to award a sole source contract to Bayer Healthcare for the procurement of updated CT and MRI injectors at the Syracuse Veterans Affairs Medical Center (VAMC). This contract aims to replace aging injectors that are critical for maintaining operational services in the CT, MRI, and Interventional Radiology departments, ensuring the delivery of IV contrast at precise rates necessary for diagnostic imaging. The injectors are essential for performing enhanced studies during examinations and must comply with specific material standards to ensure safety and compatibility with existing equipment. The estimated cost for this procurement is $194,604, and responses are requested by April 2, 2025. For further inquiries, interested parties may contact Contracting Officer Corey Swinton at Corey.Swinton@va.gov.

Point(s) of Contact
Corey SwintonContracting Officer
Corey.Swinton@va.gov
Files
Title
Posted
Mar 25, 2025, 12:06 PM UTC
The Department of Veterans Affairs intends to award a sole source contract to Bayer Healthcare for the procurement of updated CT and MRI injectors at the Syracuse VAMC. This decision aims to replace aging injectors essential for maintaining operational services and avoiding disruptions. The CT injector is required to inject contrast and saline during examinations, while the MRI injector must comply with nonferrous material standards to work safely with magnetic environments. Additionally, the new portable and operating room hybrid injectors need to integrate with sterile syringe systems to prevent infection during vascular procedures. This procurement emphasizes consistency in materials and procedural safety to ensure efficient medical services. The contract solicitation requests responses by April 2, 2025, and is not open for competitive bids.
Mar 25, 2025, 12:06 PM UTC
The document outlines a request for justification for a single-source acquisition by the Department of Veterans Affairs for dual CT injectors essential for maintaining services at the Syracuse Medical Center. The estimated cost is $194,604, aimed at upgrading outdated injectors to ensure consistency with existing equipment from Bayer, which already services most of the facility's requirements. The injectors are critical for the smooth operation of the CT, MRI, and Interventional Radiology departments, delivering IV contrast at precise rates crucial for diagnostic imaging. Market research indicated no other viable sources apart from Bayer, confirming the need for standardization within the department. The contracting officer, Corey Swinton, certifies the justification’s accuracy and the decision's compliance with federal acquisition regulations. This document serves as a formal rationale for pursuing a single-source award, emphasizing the unique attributes of the injectors and the lack of alternative suppliers.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
6515--542-25-2-483-0056 | Siemens MRI Head Coil - Brand Name Only (VA-25-00055824)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a Siemens MRI Head Coil, specifically the Siemens BM Head/Neck 20 Coil, for use at the Coatesville VA Medical Center in Pennsylvania. This brand-name requirement is critical for compatibility with a Siemens 1.5T MRI Scanner, ensuring high-quality imaging for patient care. The selected vendor will be responsible for the delivery, installation, and testing of the equipment, which must comply with safety standards and quality assurance policies, with a delivery timeline of approximately 30 days from the order date, targeting May 2025. Interested vendors should submit their quotations electronically, adhering to the specified formats, and can contact Contract Specialist Nathan Lohr at nathan.lohr@va.gov or 412-628-3595 for further details.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
6515--528-25-3-4085-0088 VHAWNYHCS Dental Heliodent Sole Source Notice
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Dentsply Sirona for the procurement of twelve Heliodent XL dental X-ray units at the Buffalo VA Medical Center in Albany, NY. This procurement is necessary to replace existing dental X-ray units that were installed in 2007 and have surpassed their operational lifespan, with the need for timely replacement underscored by the potential delays in care for veterans. The Heliodent machines are uniquely compatible with the facility's existing dental cabinets, making Dentsply Sirona the sole provider for this equipment. Interested parties can contact Contracting Officer Corey Swinton at Corey.Swinton@va.gov for further information regarding this procurement, which has an estimated value of $29,084.64.
J061--Troubleshoot/Replace MRI Power Conditioner
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to troubleshoot and replace a faulty MRI power conditioner at the Sheridan Veterans Affairs Medical Center in Wyoming. The procurement involves the replacement of a control power supply board in a Toshiba G8000 UPS Power Conditioner, which is critical for powering a mobile MRI unit used in veteran healthcare services. This contract, identified by solicitation number 36C25925Q0301, has a total award amount of $34 million and is set aside for small businesses, including service-disabled veteran-owned businesses, with responses due by April 30, 2025, at 10 AM Mountain Time. Interested parties should contact Contract Specialist David M. Glanton at David.Glanton@va.gov or 303-717-7075 for further details and to ensure compliance with federal regulations.
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.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
INTENT TO SOLE SOURCE - 3D BIOPRINTER - Iowa City VA Health Care System Research Department
Buyer not available
The Department of Veterans Affairs intends to issue a Firm-Fixed Price contract for the procurement of a U-Fab Activo 3D Bioprinter from SCINTICA INC., the sole authorized distributor in the United States. This bioprinter is a critical component for a research project focused on bioprinted corneal grafts, which aims to advance transplantation techniques. While the procurement is intended to be sole source, the VA is inviting capability statements from other interested vendors, which may influence the competitiveness of the contract. Interested parties must submit their responses, including company identification and relevant qualifications, by April 30, 2025, to Christi Melendez at Christi.Melendez@va.gov, ensuring to include the VA Identifier 36C26325Q0581 in the subject line.
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.