J065--Intent to Sole Source: VISN 1 Ethicon NeuWave Microwave Ablation Service Contract
ID: 36C24125Q0343Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs intends to award a sole-source contract to Ethicon US LLC for the maintenance and service of three Ethicon NeuWave Microwave Ablation Systems across various VA Medical Centers, including West Haven, Togus, and West Roxbury. This contract encompasses a base agreement plus four additional years of service, with a total estimated value of approximately $252,807.00, reflecting the critical need for specialized maintenance due to the proprietary nature of the equipment, which is essential for delivering high-quality patient care. Interested parties who believe they can meet the specific requirements are encouraged to submit relevant documentation to the primary contact, Kurt Fritz, by April 18, 2025, at 5:00 PM EST, although this notice does not constitute a request for competitive proposals.

Point(s) of Contact
Kurt FritzContract Specialist
(203) 932-5711
kurt.fritz@va.gov
Files
Title
Posted
Apr 14, 2025, 6:04 PM UTC
The Department of Veterans Affairs intends to award a sole-source contract to Ethicon US LLC for the provision and maintenance of three Ethicon NeuWave Microwave Ablation Systems. This contract will include a base agreement plus four years of service. The procurement falls under the authority of FAR Part 13.106-1(b), focusing on negotiating with a single source due to the specific requirements of the products. The solicitation number for this contract is 36C24125Q0343, with responses due by April 18, 2025, at 5:00 PM EST. While the government is soliciting inputs from other potential providers who believe they can meet the requirements, this does not constitute a competitive proposal request. Interested parties should submit relevant documentation to the designated point of contact, Kurt Fritz, to help the government assess market capabilities. The primary NAICS code associated with this procurement is 811210. This notice serves to inform stakeholders of the intent to proceed without a competitive bidding process unless warranted by responses received.
Apr 14, 2025, 6:04 PM UTC
The Department of Veterans Affairs (VA) is seeking approval for a sole source contract with Ethicon to maintain three NeuWave Microwave Ablation Systems at West Haven, Togus, and West Roxbury VA Medical Centers. The contract includes a base plus four-year service agreement, totaling approximately $252,807.00. Due to the complexity and proprietary nature of the equipment, only Ethicon has the necessary expertise and authorization to perform maintenance, making other service providers unqualified. The acquisition justifies the use of other than full and open competition under 41 USC §3304(a)(1). The document confirms that maintaining these systems is critical for high-quality patient care, and outlines the market research, showing that no other sources can fulfill these requirements. It also indicates plans to post an intent to sole source on SAM.gov, anticipating no challenges to the procurement strategy. The submission concludes with necessary certifications from involved officials confirming the validity and necessity of the requirements outlined. This document illustrates the VA's commitment to ensuring compliant, high-standard healthcare delivery through specialized equipment maintenance.
Lifecycle
Title
Type
Similar Opportunities
6515--Cambridge Interventional Radiofrequency Ablation Generator Intent to Sole Source to SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract for the procurement of a Cambridge Interventional Radiofrequency Ablation Generator for the Veterans Affairs Medical Center (VAMC) in White River Junction, Vermont. This generator, which is proprietary to Cambridge Interventional, is essential for various surgical applications due to its unique capabilities, including a higher power output of 370 W, aimed at enhancing the quality of healthcare services provided to veterans. The contract, valued at $24,995.00, will cover equipment delivery, installation, and training, with a focus on improving patient outcomes and reducing costs associated with outsourced procedures. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further details.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Brand Name ONLY - Hologic Acessa Laparoscopic Radiofrequency Ablation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of Hologic Acessa Laparoscopic Radiofrequency Ablation (LAP-RFA) equipment for the VA New Jersey Healthcare System, East Orange Campus. The procurement includes essential components such as a console, disposable handpieces, and transducers, which are critical for performing minimally invasive treatment procedures for veterans. This acquisition aims to enhance healthcare delivery through advanced medical technology while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must ensure compliance with federal regulations and submit their proposals by the specified deadlines, with delivery required by June 1, 2025. For further inquiries, contact Morgan Weeks at Morgan.Weeks1@va.gov.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
6525--Transducers : Anesthesiology Intent to Sole Source: SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to procure Terason uSmart Linear and Curved Array Ultrasound Transducers for the Togus VA Medical Center in Maine. This procurement, valued at potentially over $250,000, is essential for the Anesthesia Department to enhance postoperative pain management through advanced neural blockade techniques, as the medical center currently operates three ultrasound machines but requires additional transducers for optimal care. The unique compatibility of Terason transducers with existing equipment and their standardization across various VA facilities underscores the critical need for this procurement, which must comply with FDA regulations and be delivered within 45-60 days from order signing. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further information.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
6515--SHOCKWAVE UNIT 36C252-25-AP-2353
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified Original Equipment Manufacturers (OEMs) or authorized distributors capable of providing a shockwave unit, specifically the Sanuwave Dermapace model DEP0330 or an equivalent product. The VA Great Lakes Health Care System requires a mobile, non-invasive treatment device designed to deliver customizable therapy for chronic diabetic foot ulcers, emphasizing user-friendly technology and comprehensive safety features. This procurement is crucial for enhancing patient care through effective wound healing solutions, and interested vendors must respond by April 29, 2025, to Contracting Specialist Rebecca Picchi at rebecca.picchi@va.gov, ensuring they meet the small business criteria under NAICS code 334510.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
Medtronic Pulsed Field Ablation System W/Disposables (Cath Lab)
Buyer not available
The U.S. Department of Veterans Affairs (VA) is seeking a contractor to provide the Medtronic Pulsed Field Ablation System, along with necessary disposables, specifically for the Lexington VA Medical Center in Lexington, Kentucky. This procurement is designated as a Brand Name Only, Small Business set-aside, indicating that only small businesses are eligible to submit proposals. The Medtronic Pulsed Field Ablation System is crucial for delivering specialized medical care to veterans, enhancing the quality of healthcare services provided. Interested parties must submit their responses to the solicitation, which is expected to be posted within 24 hours, by May 23, 2025, at 10 AM Central Time. For inquiries, contact Ayslin Kennett at ayslin.kennett@va.gov or by phone at 615-225-6772.
J065--Base YR (11/01/2025 - 10/31/2026) + 2 OYs Stryker Mako Robotic Arm System
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Stryker Orthopedics for the preventative maintenance and emergency repairs of the Stryker Mako Robotic Arm System at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This procurement is conducted under the authority of 41 U.S.C. 1901, indicating that only Stryker Orthopedics can fulfill the specialized requirements due to the nature of the equipment. The contract emphasizes the provision of new Original Equipment Manufacturer (OEM) items, explicitly prohibiting gray market or counterfeit supplies to ensure high standards of service and reliability for critical medical equipment. Interested vendors must submit capability statements by April 30, 2025, detailing their qualifications, including OEM authorization and certified personnel, to Eileen Meyer at eileen.meyer@va.gov.