J065--GE Radiology Equipment SMA CCSC
ID: 36C25725Q0364Type: Special Notice
Overview

Buyer

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

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

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

    The Department of Veterans Affairs (VA) is seeking to execute a Sole Source Award for a one-year full-service contract for GE Radiology equipment at the Valley Coastal Bend Health Care System in Texas. This contract will encompass preventative maintenance and repair services, including unlimited repairs, parts, software updates, and technical support, all to be conducted during standard business hours by GE Precision Healthcare, LLC. The equipment is critical for providing quality healthcare services, and the contractor must adhere to manufacturer specifications while ensuring compliance with federal regulations. Interested parties should note that this is not an open request for competitive quotes, and responses must demonstrate the capability to meet the government's needs; for further inquiries, contact Anitra Carter at anitra.carter@va.gov or call 254-743-2116.

    Point(s) of Contact
    Anitra CarterContract Specialist
    (254) 743-2116
    anitra.carter@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to execute a Sole Source Award for a one-year full-service contract for GE Radiology equipment at the Valley Coastal Bend Health Care System in Texas. The contract involves preventative maintenance and repair services, including unlimited repairs, parts, software updates, and technical support, to be conducted during standard business hours. The primary contractor, GE Precision Healthcare, LLC, will operate under existing Indefinite Quantity (IDIQ) contract provisions, allowing for sole source awards through 2027. The contract covers various GE equipment, emphasizing adherence to manufacturer specifications and quality service levels by certified technicians. Additional requirements include scheduled maintenance, emergency repairs, and thorough documentation of services performed. The period of performance is set for May 1, 2025, to April 30, 2026. The document also outlines responsibilities regarding safety, information protection, and compliance with federal record management regulations. This Notice of Intent serves to inform potential contractors that this is not an open request for competitive quotes, and responses must demonstrate capabilities to meet the government's needs.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--GE Imaging Equipment SMA
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 17, intends to issue a Sole Source Award for a one-year full-service contract for maintenance and repair services of GE Imaging Equipment. The selected contractor, GE Precision Healthcare, LLC, will be responsible for providing unlimited repairs, parts, software updates, and preventive maintenance for government-owned imaging devices within the VA North Texas Healthcare System, ensuring compliance with regulatory standards and manufacturer specifications. This procurement is critical for maintaining the operational integrity of essential medical imaging equipment, which plays a vital role in patient care. Interested parties should direct inquiries to Contract Specialist Anitra Carter at anitra.carter@va.gov or by phone at 254-743-2116, with a response deadline of March 6, 2025.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    J065--NEW Stellant Injection M&R
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Bayer HealthCare LLC for the maintenance and repair of Stellant Injection equipment, with a firm-fixed price contract spanning one year from July 7, 2025, to July 6, 2026. This procurement is critical as Bayer HealthCare LLC is the sole authorized service provider for this specialized medical equipment, ensuring compliance with operational standards and maintenance requirements. While this notice is not an invitation for bidding, other suppliers may submit capability statements within seven days to explore potential alternatives; if no responses are received, the contract will proceed with Bayer HealthCare LLC. Interested parties can contact Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov or by phone at 210-996-8816 for further information.
    J065--Philips V60 | Service Contract | Option Year 3
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 17, intends to award a sole source contract to Philips North America LLC for ongoing services related to the Philips V60 Bipap ventilators. The procurement aims to extend the existing purchase order for two additional years, covering Option Year 3 from June 15, 2025, to June 14, 2026, and Option Year 4 from June 15, 2026, to June 14, 2027, which includes repair, preventative maintenance, labor, technical support, and parts for 27 ventilators. This contract is critical for maintaining essential medical equipment for veterans, ensuring that they receive the necessary respiratory support. Interested parties are encouraged to express their interest and capabilities within five business days of the notice's publication; however, this notice does not constitute a request for competitive quotations, as the intent is to negotiate directly with Philips. For further inquiries, contact Contract Specialist Gillian Hooge at gillian.hooge@va.gov or (210) 364-3724.
    Sole Source X-ray Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source contractor to provide repair services for X-ray Imaging Systems at the Corpus Christi Army Depot in Texas. The procurement involves the replacement and testing of electrical panels, which requires proprietary software and mechanical adjustments that only VJ Technologies Inc. can provide, thus limiting competition due to urgency and exclusivity. This initiative is critical for maintaining the operability and compliance of the X-ray systems, ensuring they are up-to-date with necessary upgrades. Interested contractors must submit their offers by March 5, 2025, and can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.
    6515--Notice of Intent to Sole Source - GE MAC 5 A4 Electrocardiograph (EKG) Machines - Brand Name Only - for the VA Western New York Healthcare System
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to TRILLAMED LLC for the procurement of four Portable GE Health Care MAC 5 A4 Electrocardiograph (EKG) machines, along with necessary parts, software, accessories, and training, specifically for the Home Based Primary Care Department at the Buffalo VA Medical Center. This procurement is justified under FAR 8.405-6(b) due to the urgent need for equipment capable of performing EKGs on homebound patients, as the GE MAC 5 A4 is the only model approved under VHA Directive 1102.06 and is compatible with the existing cardiology data management system. Interested vendors may express their interest and capabilities until March 5, 2025, by contacting Contract Specialist Myra Green at Myra.Green2@va.gov or (518) 626-5450, although no solicitation package will be issued. This opportunity highlights the VA's commitment to addressing the specific healthcare needs of veterans through authorized vendors compliant with veteran-focused business policies.
    J065--Biosense Webster Service Agreement | Base 1 OY Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source, Firm-Fixed Price Contract for a service agreement related to the Carto3 system with Biosense Webster, located in Diamond Bar, CA. This procurement aims to secure essential medical technology support for the Cincinnati VA facility, reflecting the specific needs of the Veterans Health Administration. The service agreement is crucial for maintaining and repairing medical equipment, ensuring that the VA can provide high-quality care to veterans. Responses to the official solicitation number 36C25025Q0354 are due by March 7, 2025, at 08:00 a.m. Eastern Time, and interested contractors can submit their capabilities statements to the contracting officer, Christopher T. Council, via email at Christopher.Council@va.gov.
    J065--CLIN Addition Option Year 2
    Buyer not available
    The Department of Veterans Affairs (VA), through its Network Contracting Office 17, is initiating a sole-source contract award to Medtronic USA Incorporated for the addition of CLIN 2003 to Purchase Order 36C25723P0192. This contract pertains to the service and maintenance of O-Arm and S8 systems, covering the period from April 24, 2025, to April 23, 2026, and is critical for ensuring the operational readiness of medical equipment used in veteran care. Interested parties must submit their capability information by March 4, 2025, to be considered for potential competitive procurement, with responses directed to Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. If no responses are received, the contract will proceed with Medtronic without further notice, in accordance with FAR 13.5 for sole-source acquisitions.
    J065--ME-Abbott EnSite and Claris annual PM services POP B+2: 03/07/2025-03/06/2028 CS: Alan Perez
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Abbott Laboratories for annual preventive maintenance and technical support services for Abbott EnSite and Claris systems at the Puget Sound VA Medical Center. This contract, valued at up to $5 million, is justified under federal regulations due to Abbott's status as the original equipment manufacturer (OEM), which necessitates specialized services that comply with OEM specifications. The procurement process will not solicit competitive quotes, and communication will be limited to negotiations with Abbott following the close of the notification. Interested vendors must submit a capabilities statement to demonstrate their qualifications by contacting Alan C. Perez at Alan.Perez@va.gov.
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.