6515--ACIST CVi Contrast Dye Injector System, Sole Source
ID: 36C26325Q0482Type: Special Notice
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to award a sole-source Firm-Fixed Price contract for an ACIST CVi Contrast Dye Injector System, specifically intended for the Iowa City VA Health Care System. This procurement includes the unique injector system and a mobile cart that must meet stringent technical specifications, such as precise flow rates, dual-syringe capabilities, and safety features like air detection technology. The acquisition is crucial for enhancing the operational capabilities of the VA's healthcare system, with a total contract value anticipated to be under $250,000. Interested vendors must submit their responses by March 3, 2025, to Contract Specialist Savannah Weberg at savannah.weberg@va.gov, ensuring compliance with the outlined requirements and submission guidelines.

    Point(s) of Contact
    Savannah WebergContract Specialist
    320-252-1670 ext. 4701
    savannah.weberg@va.gov
    Files
    Title
    Posted
    The document is a Special Notice regarding a Sole Source Firm Fixed-Price Contract for the ACIST CVi Contrast Delivery System, intended for the Department of Veterans Affairs and specifically awarded to B2H Consulting Group. The solicitation number for this contract is 36C26325Q0482, with a response deadline set for March 3, 2025, at 12:00 PM Central Time. Interested parties must email their responses to the Contract Specialist, Savannah Weberg, using the specified subject line for clarity. The contracting office is located in St. Paul, MN, and the notice indicates that no recovery act funds will be utilized for this contract. Additional documentation, including a Notice Intent to Sole Source and a signed redacted justification, is referenced for further details. This notice exemplifies a streamlined procurement process, emphasizing the sole source nature of the contract and ensuring that all communications are directed through official channels to maintain compliance and transparency in government contracting.
    The Department of Veterans Affairs (VA) plans to issue a Firm-Fixed Price contract to B2H Consulting Group for an ACIST CVi Contrast Dye Injector System under a sole-source procurement. This initiative, guided by FAR regulations, invites capable vendors to submit information to determine the necessity for a competitive procurement. The requirement includes a specific model injector system and accompanying mobile cart, both of which must meet stringent technical specifications such as precise flow rates, dual-syringe capabilities, real-time monitoring, and safety features including air detection technology. The mobile cart must be compact, easy to move, and support AC power. Vendors are required to provide details such as company information, OEM authorization, and socio-economic status in their responses, which must be submitted by March 3, 2025. The VA intends to evaluate all responses collectively, indicating no partial offers will be accepted and that discussions are not anticipated prior to award. This procurement reflects the VA's commitment to enhancing operational capabilities within their healthcare system.
    The Department of Veterans Affairs (VA) is seeking to acquire a sole-source contract for an ACIST CVi Contrast Dye Injector System and a mobile cart for the Iowa City VA Health Care System. This acquisition exceeds the micro-purchase threshold but remains under the simplified acquisition threshold of $250,000. The justification for using a single source is based on the unique features of the ACIST CVi system, which include precise control for contrast delivery, multi-use syringe capabilities, air detection technology, and ergonomic control features. Extensive market research was conducted, revealing no alternative suppliers or models that meet the specific requirements. The contracting officer, Joseph Bennett, certified the urgency of this procurement, asserting that only one source is reasonably available and that the justification is complete and accurate. An intent to award this sole-source contract has been posted from February 24 to March 3, 2025. This procurement reflects constraints typically seen in government RFPs where specific equipment is essential for medical operations, emphasizing the need for tailored solutions in government contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    7A21--Circle Cardiovascular Imaging CVi42
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a firm-fixed price contract to Circle Cardiovascular Imaging Inc. for the provision of services related to their proprietary cvi42 product line, which includes various subscriptions for advanced cardiac imaging services. The required services encompass Cardiac MR, Core CT with Auto Plaque, 4DFlow, Strain, Quantitative Perfusion, and Advanced Reporting, covering a base year and two option years. This procurement is critical for enhancing the VA's cardiac imaging capabilities, as the cvi42 product is uniquely positioned in the market, with Circle Cardiovascular Imaging asserting sole manufacturing rights. Interested parties are invited to submit capability statements by February 27, 2025, to the primary contact, Gillian M. Hooge, at gillian.hooge@va.gov or by phone at (210) 364-3724, as the agency will proceed with the contract if no other comparable sources are identified within seven days.
    J065-- EXACT VU TRANSDUCER REPAIR (EXACT IMAGING)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source firm-fixed-price contract for the repair and enhancement of the ExactVU System, specifically for the San Diego VA Medical Center. This procurement aims to ensure that the system is upgraded to the latest version and functionalities, which are critical for the VA's imaging capabilities. The selected contractor for this project is JE Hurley Company, based in Colorado Springs, Colorado, and all capable vendors are invited to submit their past performance experience and confirm their status as licensed providers. Interested parties must submit their qualifications by February 28, 2025, at 12:00 PM Pacific Time, and inquiries can be directed to Contract Specialist Charity Cazee at charity.cazee@va.gov or by phone at 520-792-1450.
    6525--636-25-2-2306-0261 - Supply - Ultrasound Acquisition Board Module - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking to procure an Ultrasound Acquisition Board Module, specifically the Philips Epiq B-Cart Module, for the Omaha VA Medical Center. This procurement is intended to replace a component of the existing Philips Medical EPIQ 7 Ultrasound machine, ensuring continued operational efficiency and compliance with proprietary maintenance requirements. The selected vendor, Phillips Healthcare, is the sole provider for this equipment, holding exclusive rights for maintenance and service, which underscores the importance of this acquisition for the facility's medical capabilities. Interested vendors must submit their capability statements by February 28, 2025, at 10:00 am Central Time, and can contact Contract Specialist James A. Miller at James.Miller4@va.gov or by phone at 319-338-0581 x635987 for further details.
    7A20--VISTA Chemotherapy Manager and ITM Expansion & Support - Base Plus 4 Option Years- VISN 12 Locations
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Document Storage Systems Inc. for the VISTA Chemotherapy Manager and Infusion Therapy Manager (ITM) at VISN 12 locations. This procurement aims to provide a web-enabled software application that standardizes treatment protocols for infusion care, automates infusion management, and enhances organizational efficiencies while reducing costs associated with chemotherapy administration. The upgrade is critical as the current VCM systems are nearing end-of-life, and the new ITM will expand services to two additional medical centers under a firm fixed-price contract comprising one base year and four optional years. Interested firms are invited to submit their capability statements by March 6, 2025, and should note that no competitive solicitation will be issued unless determined otherwise. For further inquiries, contact Michelle R Klug at michelle.klug2@va.gov or call 224-610-3248.
    J065--Carefusion Pyxis
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 07, intends to award a Sole Source contract to CareFusion Solutions, LLC for the installation and maintenance of MedStation equipment and support for BD CareFusion Pyxis Systems at the Central Alabama Veterans Health Care System. This procurement requires that all services be performed by manufacturer-trained technicians, as CareFusion is the only authorized provider for these specific products. The contract is crucial for ensuring the operational integrity of medical equipment used in veteran healthcare, with the performance period set from April 1, 2025, to March 31, 2026. Interested parties must submit inquiries and capability statements to Contract Specialist Khalil Al-Amin at khalil.al-amin@va.gov by March 6, 2025, to be considered for this opportunity.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    6515--RTI Mako Premium Kit | Pittsburgh VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking information from vendors regarding the procurement of the RTI Mako Premium Kit for the Pittsburgh Veterans Affairs Medical Center, as outlined in solicitation number 36C24425Q0058. This multimodal x-ray meter, which includes CTIC/Invasive mAs capabilities, is essential for enhancing medical imaging services within the VA healthcare system. The government aims to gather insights to promote competitive bidding, particularly encouraging participation from service-disabled veteran-owned and veteran-owned small businesses, which must be verified in the VetBiz Registry. Interested vendors are required to submit their company information, including DUNS and CAGE codes, along with a capability statement by March 5, 2025, at 16:00 EST, and should direct inquiries to the contracting officer, Keri Hester, via email at keri.hester2@va.gov.
    6515--Arthrex Angel PRP System Centrifuge and Cart, ACP
    Buyer not available
    The Department of Veterans Affairs is planning to award a Sole Source contract for the procurement of an Arthrex Angel PRP System Centrifuge and Cart, specifically for the Michael E. DeBakey VA Medical Center in Houston, TX. This contract will involve the acquisition of one unit of each item, as market research has indicated that only Arthrex Inc. can meet the specific brand requirements necessary for this procurement. The Arthrex Angel PRP System is crucial for medical applications involving platelet-rich plasma, which is increasingly important in various surgical and therapeutic procedures. Interested parties have until February 27, 2025, to express their interest and provide supporting information, including business size and socio-economic status, to Contract Specialist James W. Craig at james.craig1@va.gov or by phone at 713-794-8052.
    Q527--Y90 TheraSpheres OY3
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of Y90 TheraSpheres from Boston Scientific Corporation, aimed at extending an existing contract for an additional two years. This procurement involves the delivery of various calibrated doses of TheraSpheres, which are critical for specific medical treatments within the Veterans Health Administration (VHA). Interested parties are invited to express their interest and capabilities by February 28, 2025, although this notice does not constitute a request for competitive quotations; the decision for competitive procurement will depend on the responses received. For further inquiries, interested vendors should contact Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov or by phone at 210-996-8816.
    J066--Service plan for BioRad Chemi-Doc Imager
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual service plan for the BioRad Chemi-Doc Imager at the Boise VA Medical Center. This procurement includes a comprehensive service plan covering unlimited repairs, travel, parts, and labor, ensuring the equipment remains functional and compliant with manufacturer warranties over a five-year period, consisting of one base year and four option years. The contract, with an estimated total award amount of $34 million, underscores the VA's commitment to maintaining essential research equipment while adhering to federal procurement regulations. Interested offerors must submit their proposals, including a completed SF-1449 form and pricing schedule, to Contract Specialist Tracy M Heath at tracy.heath@va.gov, with services expected to commence on March 12, 2025, and conclude on March 11, 2030.