J065--Anesthesia Unit Maintenance - Dräger NOI to Award SS
ID: 36C25024Q0036Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

PSC

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

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF is planning to procure maintenance and repair services for Dräger Apollo, Fabius MRI & Fabius Tiro Anesthesia Units. These units are used in the Ann Arbor VA Medical Center (VAMC) for anesthesia administration during medical procedures. The procurement will include software, support & maintenance, emergency repair service, and labor. The intention is to issue a sole-source solicitation to Dräger, Inc. as they are the original manufacturer of the equipment and only use original parts for servicing. The procurement is being conducted under FAR 6.302-1(a)(2) as no other supplier can meet the agency's requirements. Interested parties may submit a quote, but this is not a request for competitive quotes. Responses are due by October 23, 2023, at 10:00 a.m. Eastern Time. Contact Jeanne Ortiz, Contract Specialist, at jeanne.ortiz@va.gov for more information.

    Point(s) of Contact
    Jeanne OrtizContract Specialist
    NO PHONE CALLS ACCEPTED
    jeanne.ortiz@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    7H20--SW interface support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 6, intends to award a sole-source contract to TrillaMed LLC for software interface support of the SentrySuite diagnostics software located at the Fayetteville VA Medical Center. This procurement aims to ensure the continuity of patient care by securing the necessary support from the only recognized Service-Disabled Veteran Owned Small Business (SDVOSB) provider for the Original Equipment Manufacturer, Jaeger Medical. Interested parties who believe they can fulfill the requirements are invited to submit written notice by March 20, 2025, at 4:00 PM EDT, including company details and authorization documentation, to Cherisse Hall at Cherisse.Hall@va.gov. No competitive bids will be sought, as market research indicates that the required services can only be obtained from this single source.
    MGC DIAGNOSTICS EQUIPMENT SERVICE AGREEMENT
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for a one-year service and support agreement for MGC Diagnostics equipment at the Manchester VA Medical Center. This procurement focuses on maintaining the Ultima PFX pulmonary function/stress testing system and the Platinum Elite DX body plethysmography device, ensuring ongoing quality assurance, technical support, and necessary repairs, including parts and labor at no additional cost to the government. The contract is critical for maintaining equipment reliability, which is essential for continuous patient care and operational efficiency at the healthcare facility. Interested vendors must express their capability by submitting written interest by March 19, 2025, and the procurement will follow FAR Part 13 - Simplified Acquisition Procedures.
    Notice of Intent - Sole Source for Warranty and Service for ConMed Airseal and Helix Argon
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Lovell Government Services, Inc. for extended warranty and service plans for seven AirSeal iFS units and two Helix Argon Beam units at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is essential for maintaining the operational readiness and reliability of critical medical equipment used in the Main Operating Room. The contract will be awarded under the authority permitting “Other than full and Open Competition,” and interested parties may express their capabilities by emailing Kendall Spann at kendall.j.spann.civ@health.mil by 12:00 PM EST on March 19, 2025. Please note that this notice is not a request for competitive proposals, and phone inquiries will not be accepted.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    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.
    SOURCES SOUGHT NOTICE FOR PREVENTIVE MAINTENANCE SERVICES FOR EQUIPMENT STERILIZERS VA MEDICAL CENTER AT 10 N. GREENE ST., BALTIMORE, MD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance services for a Beta Star steam sterilizer located at the Baltimore Veterans Affairs Medical Center. The procurement includes four annual maintenance visits and emergency service calls with a twelve-hour response time, ensuring compliance with FDA guidelines for animal housing. This maintenance is critical for the operational integrity of sterilization equipment used in healthcare settings, particularly in animal facilities. Interested parties must submit their capability statements by March 24, 2025, to Kenneth Dougherty at kenneth.dougherty@va.gov, as this notice is part of the government's planning efforts and does not constitute a formal solicitation.
    DA10--IT Systems & Equipment PM&R | SecurTRAK/PatienTRAK Maintenance of System | Duress Alarms
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, intends to award a sole-source Firm-Fixed-Price Contract to MGM Computer Systems for the maintenance and service of the proprietary SecurTRAK/PatienTRAK patient elopement system at the James E. Van Zandt VA Medical Center in Altoona, PA. This contract encompasses a base year with four optional years and includes essential services such as maintenance, support, and operational functionality across designated facility areas, ensuring a high uptime reliability of 99.5%. The contractor will be responsible for timely parts replacement, 24/7 phone support, weekly system backups, and software upgrades, while adhering to stringent records management and physical security requirements. Interested parties capable of fulfilling these requirements may submit their capability information by the deadline of March 20, 2025, to Angelamarie Scott at angelamarie.scott@va.gov.
    6515--Brand Name Only: STERIS V-Pro Max Low Temperature Sterilizers
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure two STERIS V-Pro Max 2 Low Temperature Sterilizers through a sole source justification, emphasizing the need for brand-name compatibility with existing equipment at the C.W. Bill Young VA Medical Center. This procurement, valued at approximately $323,000, is critical for maintaining operational efficiency and patient care, as the current sterilizers are beyond repair and the new units must meet specific technical requirements, including hands-free operation and electronic record keeping. The acquisition underscores the VA's commitment to providing high-quality care to veterans by ensuring reliable sterilization processes that align with current operational capabilities. Interested vendors can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details regarding the solicitation.
    Q702--Sources Sought Notice | MRI Preventative Maintenance and Service Repair
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 19, is seeking vendors capable of providing comprehensive MRI Preventative Maintenance and Repair Services for the Titan-16-S MRI machine at the Cheyenne VA Medical Center in Wyoming. The contract will encompass both corrective and preventative maintenance, including cleaning, software diagnostics, and parts replacement, all in accordance with original equipment manufacturer (OEM) standards. This procurement is critical to ensuring the operational efficiency and compliance of essential medical equipment used in veteran healthcare. Interested vendors must submit their company information, including business size classification, by March 24, 2025, at 10 AM Central Time. For further inquiries, contact Contract Specialist Karly Morris at Karly.Morris@va.gov.
    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.