J065--36C262-25-AP-3309 | 605-25-3-027-0115 | New Require | PM Svc, Hitachi Arietta 70 Intraoperative Ultrasound System
ID: 36C26225Q0794Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide full maintenance services for the Hitachi Arietta 70 Intraoperative Ultrasound System at the VA Loma Linda Healthcare System in California. The procurement aims to ensure minimal system downtime and uninterrupted critical patient care through comprehensive maintenance, including preventative and remedial services, as well as the provision of necessary parts and labor. This opportunity is particularly focused on identifying Service-Disabled Veteran Owned Small Businesses and other small businesses capable of meeting these requirements, with responses due by April 18, 2025. Interested parties should contact Contract Specialist William Cornick at william.cornick@va.gov or (602) 795-4465 for further information.

Point(s) of Contact
William CornickContract Specialist
(602) 795-4465
william.cornick@va.gov
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The document is a Sources Sought Notice by the Department of Veterans Affairs for market research regarding maintenance services for the Hitachi Arietta 70 Intraoperative Ultrasound System at the VA Loma Linda Healthcare System. The notice aims to identify qualified Service-Disabled Veteran Owned Small Businesses and other small businesses capable of providing comprehensive maintenance, including preventative and remedial services, on the ultrasound equipment. Interested parties must submit detailed information showcasing their qualifications, including company details, registration information, and capability statements by April 18, 2025. The successful contractor will be responsible for providing labor, parts, and necessary supplies, ensuring minimal system downtime to support critical patient care. Key requirements include fast response times for service requests, documentation of maintenance performed, and adherence to medical equipment regulations. This notice does not constitute a solicitation and does not obligate the government to award a contract, illustrating the preliminary nature of market research conducted by the VA while reaffirming its commitment to consider set-asides for veteran-owned businesses in its acquisition strategy.
Lifecycle
Similar Opportunities
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.
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.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
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.
J065--Siemens PET/CT Maintenance
Buyer not available
The Department of Veterans Affairs, through its Network Contracting Office 08, intends to pursue a sole-source contract for the maintenance and service of its Siemens Medical Solutions positron emission tomography (PET/CT) scan systems. This procurement aims to ensure the continued operational efficiency of critical imaging equipment, highlighting the necessity for specialized service providers with access to Original Equipment Manufacturer (OEM) parts and resources. The contract period is set from May 8, 2025, to May 7, 2026, with an option for four additional years, and interested parties must express their interest by May 24, 2025, while being registered in the System for Award Management (SAM). For further inquiries, interested contractors can contact Contracting Officer Paul Jarret at paul.jarrett@va.gov or by phone at 813-436-6517.
HD Flex CystoNephro Videoscope Lease/Service Agreement
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
J065--Canon Soltus Portable X-Ray Full-Service Maintenance at the Madison, WI VAMC
Buyer not available
The Department of Veterans Affairs intends to negotiate a sole source contract with Canon Medical Systems USA, Inc. for the full-service maintenance of a Canon Soltus Portable X-Ray System located at the William S. Middleton Memorial Veterans Hospital in Madison, WI. This procurement is justified under the authority of 41 U.S.C. 1901, which limits service agreements for Canon Radiology and Imaging Systems to the original equipment manufacturer, Canon, as only one responsible source can meet the agency's requirements. The contract will be structured as a base year with four option years, utilizing NAICS Code 811210, and interested firms must submit capability statements by April 25, 2025, to Contract Specialist Jessica Hansen at jessica.hansen@va.gov, as telephonic inquiries will not be accepted.
Brand name or equal: point of care ultrasound system
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of a Brand Name or Equal Point of Care Ultrasound System, specifically the Fujifilm Sonosite PX, to enhance medical services at the Philadelphia VA Medical Center. The procurement aims to improve the evaluation and treatment of Veterans, particularly for ultrasound-guided injections, by providing advanced imaging capabilities and ensuring compliance with stringent cybersecurity measures. This initiative underscores the government's commitment to leveraging advanced medical technology to enhance healthcare outcomes for Veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by April 30, 2025, at 4:30 PM EST, and can direct inquiries to Joanne Skaff at joanne.skaff@va.gov.