J065--FY25 Conmed Airseal Insufflators Preventative Maintenance
ID: 36C24825Q0450Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source contract for preventative and corrective maintenance services for Conmed Airseal Insufflators at the Orlando VA Healthcare System. This procurement, classified under solicitation number 36C24825Q0450, will be a firm-fixed-price agreement with Lovell Government Services Inc., as only one responsible source can fulfill the requirements outlined under 10 USC 2304(c)(1) and FAR regulations. The maintenance of these medical devices is crucial for ensuring the operational readiness and reliability of equipment used in patient care. Interested contractors who believe they can meet these specific needs are invited to submit technical proposals by March 14, 2025, to Contract Specialist Robert Edwards at robert.edwards2@va.gov, noting that responses are voluntary and the government will not compensate for any information provided.

    Point(s) of Contact
    Robert EdwardsContract Specialist
    (407) 646-4272
    robert.edwards2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole source contract for preventative and corrective maintenance services for Conmed Airseal Insufflators at the Orlando VA Healthcare System. The contract will be a firm-fixed-price agreement with Lovell Government Services Inc. The notice, classified under solicitation number 36C24825Q0450, outlines the procurement process, following 10 USC 2304(c)(1) and FAR regulations that allow for sole source contracts when only one responsible source can fulfill the requirements. Interested contractors who believe they can meet these specific needs are invited to submit technical proposals by the response deadline of March 14, 2025. The notice emphasizes that responses are voluntary and that the government will not compensate for any information provided. This initiative highlights the VA's commitment to ensuring necessary technical support for its medical equipment, while emphasizing compliance with government procurement procedures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Conmed Airseal IFS Insufflators Preventative Maintenance Inspection and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative and corrective maintenance services for Conmed Airseal IFS Insufflators at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and travel expenses to ensure the equipment is maintained according to manufacturer specifications and regulatory standards, including biennial preventive maintenance inspections and annual calibration verifications. This maintenance is critical for ensuring the operational functionality and safety of medical equipment used in veteran healthcare services. Interested parties must submit their quotations by March 25, 2025, with questions due by March 18, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    6515--ConMed iFS1 AirSeal Insufflation System
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the procurement of the ConMed iFS1 AirSeal Insufflation System, as outlined in a Sources Sought Notice. This advanced system is designed to enhance surgical procedures by providing stable pneumoperitoneum, smoke evacuation, and valve-free access during minimally invasive surgeries, featuring integrated pressure control and compatibility with ConMed instruments. Interested vendors are encouraged to respond to the Request for Information (RFI) by March 17, 2025, providing details on their manufacturing capabilities, size classification, and estimated market pricing, with inquiries directed to Anthony Marion at anthony.marion2@va.gov or 713-794-7408.
    J065--Notice of Intent to Award Sole Source Preventative Maintenance Services for PLETHYSMOGRAPHS
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to MGC Diagnostics Corporation for preventative maintenance services of plethysmographs at the VA Northern California Health Care System. The contract encompasses comprehensive maintenance and support for four whole-body plethysmographs and one Breeze Connect multi-user interface, ensuring compliance with regulatory standards and the provision of timely maintenance, including routine inspections and emergency services. This procurement is critical for maintaining high-quality healthcare services through effective management of medical equipment, reflecting the VA's commitment to patient care. Interested parties must submit their capability statements by March 15, 2025, and ensure current registration in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.
    DA01--VoiceOver Pro Maint - MPLS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source contract to Voicebrook, Inc. for maintenance services of the VoiceOver Pro system. This procurement is necessitated by the proprietary nature of the equipment, which is exclusively supplied by the Original Equipment Manufacturer, thereby limiting third-party installations. The contract, identified by solicitation number 36C26325Q0518, is not open for competitive bidding; however, interested vendors may submit capability statements within ten days of the notice, with the agency retaining the right to reconsider the competitive nature of the procurement based on the responses received. Responses are due by March 14, 2025, at 1:00 PM Central Time, and inquiries can be directed to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    Medtronic StealthStation Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract to Medtronic, Inc. for the maintenance of StealthStation and NIM Vital equipment at the Harry S. Truman Veterans Memorial Hospital in Columbia, Missouri. This procurement is necessary for service repair and hardware upgrades, as the equipment is proprietary and can only be serviced by the original equipment manufacturer, Medtronic, to avoid warranty voidance and additional costs. The contract falls under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million, and is not open for competitive quotes. Interested parties may submit a capabilities statement by March 19, 2025, to Betty Flores at veronica.flores@va.gov, as no solicitation will be available for competitive bidding.
    J043--FY25: OVAHCS Medical Gas Testing and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Medical Gas Testing and Preventative Maintenance contract at the Orlando VA Healthcare System (OVHCS), with an estimated value of approximately $34 million. The contract encompasses comprehensive services including testing, certification, and emergency response for medical gas systems across multiple OVHCS locations, ensuring compliance with safety standards and operational efficiency critical to patient care. Contractors must possess certifications from the American Society of Sanitary Engineering (ASSE) and adhere to stringent documentation and regulatory requirements throughout the contract term. Interested parties should contact Robert R Edwards at Robert.Edwards2@va.gov for further details and to submit proposals in accordance with the solicitation guidelines.
    J065--Intent to Sole Source PM&R Acist Injectors | NCO 4 Services 3
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance of ACIST Contrast Injectors at the Pittsburgh VA Medical Center. The contract will provide full service and maintenance for the Government-owned ACIST Contrast Injector, ensuring its reliability through preventive and corrective maintenance, repair, and software updates, with a focus on compliance with federal regulations and standards. This procurement is critical for maintaining high operational standards for medical equipment, which directly impacts patient health and safety. Interested vendors may submit capability statements to Contract Specialist Adriane Perretti via email by March 21, 2025, at 3:00 PM EST, with the acquisition classified under NAICS code 811210 and a standard size threshold of $34 million.
    J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.
    J065--Muse and CardioDay Support Service Sole Source Notice
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to GE Precision Healthcare, LLC for comprehensive maintenance and repair services for GE Health Care equipment at the West Texas VA Health Care System. The contract will cover hardware and software support, software upgrades, and annual preventive maintenance for the CASE, MUSE NX, and CardioDay systems, which are critical for providing quality healthcare services to veterans. The procurement will utilize Simplified Acquisition Procedures due to the specialized nature of the services required, with a performance period of one base year starting May 6, 2025, and four option years. Interested parties must submit their responses to Contract Specialist Anitra Carter via email by 10:00 AM Central Standard Time on March 14, 2025, to demonstrate their capability to meet the government's needs.