J065--Mizuho Hana Table Service Contract Base and Four (4) Option Years
ID: 36C24125Q0266Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking to award a sole-source, firm-fixed service contract for the Mizuho Hana Orthopedic table, which will cover a base year plus four optional years. The contract emphasizes preventive and corrective maintenance services, including technical support, unlimited parts, updates, and emergency services, all to be performed in accordance with manufacturer specifications to ensure 98% operational uptime. This contract is crucial for maintaining specialized health equipment essential for veterans’ healthcare, ensuring operational efficiency and rapid response for service calls. Interested contractors must submit their qualifications by March 4, 2025, and can contact Contract Specialist Kim McCarthy at kim.mccarthy@va.gov or 774-826-4806 for further details.

    Point(s) of Contact
    Kim McCarthyContract Specialist
    (774) 826-4806
    kim.mccarthy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed service contract for the Mizuho Hana Orthopedic table to Mizuho OSI at Togus, Maine. The contract will cover a base year plus four optional years, emphasizing preventive and corrective maintenance services, including technical support, unlimited parts, updates, and emergency services. The contractor must maintain the table in accordance with manufacturer specifications, ensuring 98% operational uptime and rapid response times for service calls. Maintenance includes routine checks, cleaning, calibration, and emergency repairs performed by qualified technicians. All required parts must be OEM-sourced, and the contractor should document maintenance activities in detail, including any unscheduled repairs. Contractors wishing to compete must submit qualifications by March 4, 2025. The intention to award without competition aligns with FAR regulations, allowing the agency to prioritize necessary services from the sole responsible source. This contract illustrates the Government's approach to ensuring specialized health equipment maintenance and operational efficiency in veterans’ healthcare.
    Lifecycle
    Similar Opportunities
    J065--CLIN Addition Option Year 2
    Buyer not available
    The Department of Veterans Affairs (VA), through its Network Contracting Office 17, is initiating a sole-source contract award to Medtronic USA Incorporated for the addition of CLIN 2003 to Purchase Order 36C25723P0192. This contract pertains to the service and maintenance of O-Arm and S8 systems, covering the period from April 24, 2025, to April 23, 2026, and is critical for ensuring the operational readiness of medical equipment used in veteran care. Interested parties must submit their capability information by March 4, 2025, to be considered for potential competitive procurement, with responses directed to Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. If no responses are received, the contract will proceed with Medtronic without further notice, in accordance with FAR 13.5 for sole-source acquisitions.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for full preventive maintenance (PM) services for hospital beds and stretchers at the New Jersey Healthcare System, with a contract duration from March 15, 2025, to March 14, 2026, and the option for four additional one-year extensions. Contractors are required to provide qualified Field Service Engineers (FSEs) who can ensure operational readiness through maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, with an emphasis on compliance with updated technician qualifications that allow for "trained and qualified" personnel rather than strictly OEM-certified technicians. This contract is crucial for maintaining high standards of patient care by ensuring the reliability of essential medical equipment, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by March 7, 2025, at 10:00 AM ET, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    7110--Chiropractor Table
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for the procurement of a chiropractic adjustment table to be utilized at the Baltimore VA Medical Center. The table must feature advanced specifications, including motorized adjustments, drop sections, and a lifting capacity of 450 pounds, all while ensuring patient comfort and effective treatment. This procurement is particularly significant as it supports the VA's commitment to enhancing service quality and promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their responses by March 7, 2025, at 11:00 AM EST, via email to the designated contract specialist, Zachary Altner, at Zachary.Altner@va.gov.
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.
    MGC Diagnostics Equipment Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole-source contract for the maintenance and servicing of two MGC Diagnostics medical devices at the Manchester VA Medical Center in New Hampshire. The contract will cover the Ultima PFX pulmonary function/stress testing system and the Platinum Elite DX body plethysmography device, ensuring quality assurance through software updates, technical support, and necessary repairs over a one-year period. This initiative is crucial for maintaining operational standards and reliable healthcare technology support for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit capability statements by March 3, 2025, and can contact Pearl Wray at pearl.wray@va.gov for further information.
    DA10--FY25 - ScriptPro Service and Support (Base + 3) Northport
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to ScriptPro USA Inc. for the service and support of government-owned ScriptPro equipment at the Northport VA Medical Center. This contract will cover a base year from May 1, 2025, to April 30, 2026, with three optional renewal years, ensuring compliance with manufacturer standards and encompassing repairs, parts replacement, software updates, and technical support. The maintenance of this equipment is crucial for the operational standards of healthcare services provided to veterans. Interested firms may submit written notifications of capability by March 7, 2025, at 2:00 PM ET, via email to the primary contact, Lisa Harris, at Lisa.Harris4@va.gov.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    J065--Hill-Rom Beds Maintenance and Repair Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 02, is seeking a contractor for full-service maintenance and repair of Hill-Rom Care Assist, Progressa, and Centrella beds at the New York Harbor Healthcare System. The procurement includes comprehensive and preventive maintenance services, requiring certified technicians with access to OEM parts and schematics, and is primarily designated for Baxter Healthcare Corporation, although other interested vendors are invited to submit their capabilities. This initiative is crucial for ensuring the optimal operational condition of medical equipment across the Brooklyn and St. Albans campuses, with a contract duration of one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to respond via email to Contracting Officer Leia LaBruna at Leia.Labruna@va.gov by March 5, 2025.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance services for reusable medical equipment under the RME Preventative Maintenance Program (VA-25-00026551). The procurement aims to ensure the optimal performance and safety of surgical instruments through on-site maintenance, inspection, repair, and refurbishment, adhering to healthcare standards across various facilities in Nebraska and Iowa. This contract, valued at approximately $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, at 10:00 AM Central Time, and can contact Contract Specialist James Miller at james.miller4@va.gov or 319-338-0581 for further information.
    6530--VHIT System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the procurement of a Video Head Impulse Test (VHIT) system and associated technical support services for the San Diego VA Medical Center. This initiative aims to identify capable contractors, particularly small businesses, including Service-Disabled Veteran-Owned and Veteran-Owned firms, that can provide a VHIT system comprising components such as a rotary chair, Interacoustics EOG accessory kit, and caloric irrigators, all meeting specific technical specifications. The procurement is critical for enhancing the quality of medical equipment and support within the VA healthcare system, ensuring compliance with federal acquisition standards. Interested parties must submit their detailed company information, capabilities, and relevant experience by March 4, 2025, and should be registered in the System for Award Management (SAM) database. For further inquiries, contact Hanan McCullick at Hanan.Mccullick@va.gov or call 562-766-2234.