6515--Intent to sole source Altrix Warming/Cooling Blankets
ID: 36C24925Q0269Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs intends to sole source cooling blankets specifically for the Altrix system from STRYKER CORP, located in Portage, MI. This procurement is necessary as STRYKER CORP is the only authorized provider of these proprietary cooling blankets, which are essential for the operation of their equipment, and third-party vendors are not permitted to service the system under warranty restrictions. Interested parties may express their interest and qualifications by submitting responses to the primary contact, George Cochran, at george.cochran@va.gov, by 1:00 p.m. CST on May 14, 2025; however, this notice does not guarantee a contract award or feedback on submissions, and the Government retains discretion over the competitive bidding process.

    Point(s) of Contact
    George CochranContract Specialist
    (615) 225-5631
    george.cochran@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to sole source cooling blankets specifically for the Altrix system from STRYKER CORP, which is based in Portage, MI. This decision is based on STRYKER CORP being the sole entity authorized to provide these proprietary cooling blankets, as third-party vendors are not permitted to service their equipment under warranty restrictions. The procurement process follows relevant federal regulations pertaining to single-source solicitations. Interested parties may submit their expressions of interest and qualifications by May 14, 2025, although this notice does not guarantee that a contract will be awarded or that feedback will be provided on responses. The Government retains the right to evaluate submissions but has the discretion not to open the requirement to competitive bids based on the responses received. As such, any response must convincingly demonstrate the advantage of competing for the Government's consideration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J041--Intent to Sole Source for Emergent Chiller Repairs Ann Arbor VA Healthcare System LTC Charles S. Kettles VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source, firm-fixed-price contract for emergency chiller repair services at the Ann Arbor Healthcare System, specifically at the 2215 Fuller Road facility in Ann Arbor, MI. The contract will be awarded to Johnson Controls, Inc., which is responsible for the existing equipment, due to the unusual and compelling urgency of the repairs, as outlined in FAR 13.106-1(b)(2) and FAR 6.302-2(a)(2). This procurement is critical for maintaining the operational integrity of the VA's healthcare services, ensuring that essential cooling systems are promptly restored. Interested parties can direct inquiries to Contracting Officer Cierra S. Joshua at Cierra.Joshua@va.gov or by phone at 734-222-7154, noting that no solicitation package will be available due to the urgent nature of the services required.
    6515--FY26-IMPLANTABLE PULSE GENERATOR INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Inspire Medical Systems Inc. for the procurement of four Inspire implantable pulse generator V (P/N: 3150) devices, which are essential for treating veterans with moderate to severe Obstructive Sleep Apnea (OSA) who are unable to tolerate CPAP therapy. The Inspire 5 system provides electrical stimulation to the hypoglossal nerve to maintain airway patency, thereby improving the quality of life for affected veterans. The devices must meet specific functional requirements, including compatibility with existing Inspire software and accessories, battery longevity, biocompatibility, MRI compatibility, and FDA approval, with delivery requested by December 16, 2025. Interested parties can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or by phone at 813-972-2000 Ext 2819 for further information, and responses to the solicitation number 36C24826Q0098 are due by November 17, 2025.
    Stryker Neptune Service and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    6515--Astral Ventilators and Accessories Brand Name: ResMed
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking to procure Astral Ventilators and Accessories, specifically the ResMed brand, for the Lebanon VA Medical Center located in Lebanon, PA. This procurement is a pre-solicitation notice and is not a request for competitive offers; the full solicitation is expected to be posted on or about November 12, 2025, on GSA eBuy. The equipment is essential for providing medical care to veterans, and the procurement falls under the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, with a size standard of 1,000 employees. Interested parties must monitor the GSA eBuy site for updates, submit questions in writing to Contract Specialist Joanne Skaff at joanne.skaff@va.gov, and ensure they are registered in the System for Award Management (SAM) prior to award.
    J065--RALS EHRM Software Upgrade (CERNER) | Base 3OY's Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, intends to negotiate a sole source, Firm-Fixed Price Contract with Abbott Rapid Diagnostics Informatics, Inc. for the integration of Abbott RALS (CERNER) at the Dayton VA Medical Center. This procurement is essential for enhancing the electronic health record management system, ensuring efficient integration with existing services. Interested contractors may submit capability statements or quotations by November 19, 2025, at 9:00 a.m. Eastern Time to the Contracting Officer, Christopher Council, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.
    4420--692-26-1-9961-0011 Double Door Open Warmer
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Announcement to identify businesses capable of supplying two Traulsen RIH232LP-FHS Spec-Line Heated Cabinets for the Nutrition & Food Services at the White City VA Medical Center in Oregon. The cabinets must meet specific requirements, including dimensions, performance specifications such as an INTELA-TRAUL Microprocessor Control System, and a stainless steel construction for durability and hygiene. This procurement is crucial for maintaining food service operations within the medical center, ensuring that meals are kept at appropriate temperatures for patient care. Interested vendors must submit their company information, including business size and relevant certifications, via email to Nicholas Heintz at Nicholas.Heintz@va.gov by November 17, 2025, at 10:00 a.m. PST, and must be registered in the System for Award Management (SAM).
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    6515--Orthotic Softgoods and Prosthetic Supplies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Orthotic Softgoods and Prosthetic Supplies under Solicitation Number 36S79725R0002. This initiative aims to establish a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract to ensure a continuous supply of essential medical products that enhance care for veterans, improve service delivery outcomes, and increase operational efficiency within the VA. The contract encompasses a ten-year period, including a five-year base and an additional five-year option, with products categorized into six groups: Foot and Ankle, Knee, Spinal, Upper Extremity, Compression Therapy, and Prosthetic Socks, evaluated under either Lowest Price Technically Acceptable (LPTA) or Best Value (BV) criteria. Proposals are due by December 1, 2025, at 16:30 EST, and interested parties should direct inquiries to Contract Specialist Brandy Hudson at brandy.hudson@va.gov.
    6515--SUPPLIES - Dialysis RO Water System Parts (VA-26-00018032) Western NY VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Aqua Sciences INC. for the provision of parts and installation services for the Reverse Osmosis (RO) Dialysis water treatment system at the Western New York VA Medical Center. This contract is essential to ensure the operational status of the RO system, which is critical for direct patient care, and will cover various parts including pumps and control systems. Aqua Sciences is the sole provider for these specific products and services, as confirmed by a sole source letter, and the contract is set for a base year from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by November 18, 2025, at 10:00 AM EDT, after which the government will proceed with the award if no other responses are received.
    6515--Surgical Table (Brand Name or Equal)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Surgical Table (Brand Name or Equal) through solicitation number 36C25226Q0085, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement includes detailed specifications for the surgical table and related accessories, with a focus on ensuring that "equal" items meet the outlined salient characteristics. This equipment is crucial for medical facilities, enhancing surgical capabilities and patient care. Interested vendors must submit their quotes by November 20, 2025, at 15:00 CST, with the award going to the lowest-priced technically acceptable offer. For further inquiries, contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.