J066--Notice of Intent to Award a Sole Source Procurement - GeneXpert Service Agreement
ID: 36C25724Q0874Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source procurement contract to Cepheid, located in California, for essential maintenance and repair services.

    Three Central Texas Veterans Healthcare System sites (Waco, Temple, and Austin) require service agreements for their Cepheid GeneXpert microbiology analyzers. As Cepheid is the sole manufacturer of these instruments and their corresponding Xpert reagents, and also the only authorized provider of services, the government intends to award them the contract under FAR Part 13 Simplified Acquisition Procedures.

    The work involves maintaining and servicing the GeneXpert systems, which are critical to the healthcare provided by the CTVHCS.

    This opportunity is not open to competition, but interested parties may submit an offer or quotation for consideration until 12 pm EST on August 1, 2024. The contact for submissions and inquiries is Joshua Weisman, Contract Specialist. Emails should reference "Notification of Intent (NOI) 36C25724Q0874 Cepheid GeneXpert Service Agreement" in the subject line.

    The opportunity is expected to be funded through commercial item procedures, with a statutory authority permitting other than full and open competition: 41 U.S.C. 3304(a)(1), as implemented by FAR 6.302-1.

    Point(s) of Contact
    Joshua WeismanContract Specialist
    (432) 213-7094
    Joshua.Weisman@va.gov
    Files
    No associated files provided.
    Similar Opportunities
    J065--Roche S.pecial Stainers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source Firm-Fixed Price contract for Preventative Maintenance Services for Roche Special Stainers at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. The procurement is specifically aimed at securing services from Roche Diagnostics Corporation, the original equipment manufacturer and sole authorized distributor, due to the highly specialized nature of the equipment and the necessity to avoid delays and additional costs associated with alternative sources. This contract is scheduled for award on October 1, 2024, with interested parties required to submit their expressions of interest and capabilities by September 12, 2024, at 11 AM Central Time. Vendors must be registered in the System for Award Management (SAM) to be eligible for the award, and all inquiries should be directed to Rachel Babin at Rachel.Babin@va.gov.
    J065--Intent to Sole Source Sterilizer Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 9, intends to award a sole-source contract to Advanced Sterilization Products for the maintenance and service of sterilization systems at the Memphis Veterans Affairs Medical Center. This firm-fixed-price contract, effective from October 1, 2024, to September 30, 2027, will cover the upkeep of various Advanced Sterilization Products equipment, including STERRAD® Systems and EVOTECH® Endoscope Cleaner and Reprocessors, ensuring compliance with manufacturer standards and patient safety through the use of OEM parts and certified personnel. Interested parties are encouraged to express their interest and demonstrate their capabilities by the response deadline of September 12, 2024, with all submissions directed to Contract Specialist James Moore at james.moore20@va.gov. Registration in the System for Award Management (SAM) is mandatory for eligibility, and the VA will not be responsible for any costs incurred by respondents.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    6515--Notice of Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Abbott for a middleware solution aimed at enhancing point of care (POC) testing connectivity within its Upstate Medical Centers. This procurement seeks to acquire equipment that is compatible with existing i-STAT devices and server systems, which are critical for effective medical testing and data management. The decision to proceed with Abbott stems from market research indicating that other competitors, such as Roche and Siemens, cannot provide the necessary interoperability with the VA-owned i-STAT systems. Interested parties may submit capability statements by September 10, 2024, to Lindsay Goldsmith, Contracting Officer, at lindsay.goldsmith@va.gov. The VA emphasizes that gray market items are prohibited, ensuring that all procured items meet quality and reliability standards.
    6640--FY 24 Automated Rotary Microtomes
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to conduct a sole-source procurement for three HISTOCORE AUTOCUT Automated Rotary Microtomes from D.M.I. Medical, Inc. for the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This acquisition, valued at $80,805, is justified as a brand-name only award due to the unique characteristics and specialized technology of the microtomes, which are critical for ensuring accurate pathological diagnoses for veterans. The procurement reflects the VA's commitment to providing reliable and innovative laboratory equipment to enhance diagnostic services, with a contract duration of 120 days after receipt of order. Interested firms challenging this sole-source action must submit evidence of their capability by September 9, 2024, at 9:00 AM EST, to Contract Specialist Edwin R. Correa at edwin.correa1@va.gov.
    6515--NOI_SS Hologic Annual Maintenance (BASE + 2) VA Medical Center Houston
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide annual preventive maintenance services for medical equipment at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement will be structured as a Sole Source contract with a Firm-Fixed Price for a base year and two optional one-year extensions, totaling a maximum of three years. This maintenance is crucial for ensuring the operational efficiency and safety compliance of advanced medical technologies, including imaging systems and management solutions. Interested vendors must submit their qualifications, including business size and socio-economic status, to Doug Collins at Douglas.Collins@va.gov by 4:00 PM (CST) on September 11, 2024, as this notice is not a request for competitive proposals.
    6515--ProBalance 360
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a Sole Source contract to Cell Microsystems for the annual maintenance of the BioFlux Shear Flow System located at the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to ensure the equipment operates safely and effectively, adhering strictly to the requirements set forth by the Original Equipment Manufacturer (OEM). This maintenance service is critical for the ongoing functionality of the BioFlux system, which plays a vital role in the medical center's operations. Interested parties must submit their qualifications and demonstrate their ability to meet the government's requirements by September 10, 2024, to Kolbi Barton at kolbi.barton@va.gov, as this notice does not constitute a solicitation for competitive proposals.
    Notice of Intent to Award Sole Source - Beckman Culture Cost Per Reportable Results (Supply)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fort Cavazos Health Contracting Cell, intends to award a sole source contract to Beckman Coulter Inc. for the procurement of Cost Per Reportable Results (CPRR) utilizing their urinary analyzers at the Carl R. Darnall Army Medical Center in Fort Cavazos, Texas. This procurement is essential due to the outdated and inaccurate performance of existing analyzers, necessitating FDA-approved equipment that can conduct comprehensive analyses of multiple body fluids to enhance laboratory efficiency. The anticipated contract value is approximately $668,339, with the award expected on or about September 9, 2024. Interested parties may contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further information.
    J065--Notice of Intent to Sole Source Tempsys Checkpoint System Service Maintenance at the VA Illiana Health Care System (Danville VA)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to enter a sole-source contract for the maintenance of the Tempsys Checkpoint Wireless Temperature Monitoring System at the VA Illiana Health Care System in Danville, VA. This procurement requires a firm fixed-price contract that includes annual maintenance, calibration, repair, and training for the system, which supports the monitoring of 319 devices with 24/7 oversight and adherence to national standards. The selected contractor must demonstrate the capability to meet specific performance requirements, including having a trained service engineer experienced with the equipment, while ensuring compliance with VA, OSHA, and NFPA standards. Interested parties should submit their offers or capability statements by September 11, 2024, and can contact Contract Specialist Della C Bond at della.bond@va.gov or 414-844-4800 x43262 for further information.
    J065--Leased Scope Service Contract (Olympus) | Base and 2OY Intent to Sole Source Chillicothe VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 10, intends to award a sole source Firm-Fixed Price Contract to Olympus America Inc. for scope repair services at the Chillicothe VA Medical Center in Ohio. This procurement is in accordance with FAR Subpart 8.405-6(a)(1)(i)(B), which allows for sole sourcing under specific circumstances, emphasizing the critical need for specialized repair services for medical equipment. Interested contractors may submit capabilities statements or quotations by September 11, 2024, at 10:00 AM Eastern Time, although the government will not reimburse any costs incurred in response to this notice. For further inquiries, potential respondents can contact Contracting Officer Michael E. Groneman at michael.groneman@va.gov or by phone at 513-559-3706.