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
  1. 1
    Posted Oct 10, 2023 7:37 PM
  2. 2
    Updated Oct 10, 2023 7:37 PM
  3. 3
    Due Oct 23, 2023 2:00 PM
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
3/26/2024
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--FY25: Preventive and Corrective Maintenance and Repair for Philips high cost / high tech Medical Devises
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is planning to award a sole-source contract for the preventive and corrective maintenance and repair of Philips high-cost/high-tech medical devices. The goal is to ensure the proper functioning of these essential medical devices. The VA Caribbean Healthcare System requires the services of Philips Medical System Puerto Rico Inc., the original equipment manufacturer and authorized service representative, due to the proprietary nature of the devices. The contract will be for one base year, with the potential for four additional years, and will cover the provision of factory-certified field service technicians for timely access, troubleshooting, repair, and calibration of the equipment. This special notice is not a solicitation or request for proposals. The department intends to negotiate directly with Philips Medical System Puerto Rico Inc. However, if any other company believes it can provide competitive services, it must provide clear and convincing evidence of its capabilities by the deadline. Interested parties should direct any inquiries to Carol Baez Rosario, the contract specialist, via email at carol.baezrosario@va.gov, ensuring a response by 10:00 AM EST on July 31, 2024, to be considered.
Medivator PM equipment Service
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) issues a combined synopsis and solicitation for commercial items, seeking quotes from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Medivators PM equipment services. The VA aims to secure annual preventative maintenance, operator training, and remedial services for Medivator ESCs, Advantage Plus systems, and EndoDry cabinets. The contract, with an estimated value of up to $150,000, would run from October 2024 to September 2029. This procurement focuses on ensuring comprehensive maintenance and repair of specific Steris medical equipment used by the Gulf Coast Veterans Healthcare System. The contractor must provide prompt response times, access to necessary parts, and detailed documentation for unscheduled maintenance requests. To comply with this solicitation, SDVOSB contractors must be actively registered in the System for Award Management (SAM) and verified in the SBA's VetCert program. All applications must be submitted by the extended deadline of August 2, 2024. The evaluation of quotes will be based on their ability to meet the specified requirements, with successful applicants demonstrating compliance with numerous statutory and executive order provisions. For clarification or questions, interested parties should contact Kevin D Pollard at kevin.pollard2@va.gov before July 26, 2024.
6515--Anesthesia Units
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs, Veterans Health Administration (VHA) issues a Request for Information (RFI) regarding anesthesia units for potential inclusion in the National Equipment Catalog. The VHA seeks anesthesia units that can administer anesthetic agents, ventilate patients, and monitor ventilation variables. This RFI is exploratory, aiming to gather market intelligence and assess the capabilities of potential suppliers. Industry responses will assist the VHA in deciding on the acquisition of these units for VA medical centers nationwide. The DRAFT Minimum Technical Requirements, outlined in Attachment A, details the specific product requirements and characteristics the VHA seeks. Interested parties should provide company information, including DUNS number and eligibility for small business programs, along with responses to questions about their company's profile and capabilities. Additionally, companies are encouraged to include any relevant materials, such as specifications and past experience narratives, to demonstrate their capacity to meet the VHA's requirements. There will be an Industry Day held virtually on August 23rd, 2024, and interested parties should request an invitation by email. The submission deadline for this RFI is August 27th, 2024. It's important to note that this RFI is not a solicitation or commitment to a contract, and the VHA does not plan to compensate respondents for their submissions. The VHA seeks to gather information for market research purposes only. For further clarification or to submit questions, respondents should contact Shannon McNiel or Pedro Catanchijaime via email.
Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system
Active
Dept Of Defense
Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system The Department of Defense, specifically the Defense Health Agency (DHA), has issued a Special Notice for the procurement of maintenance and repair services for the Terumo System heart and lung bypass equipment system. This equipment is typically used in surgical procedures to provide temporary support to the heart and lungs. The Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland, requires these services and intends to procure them on a sole source basis from Terumo Cardiovascular Corporation. Market research indicates that Terumo Cardiovascular Corporation is the only provider capable of meeting the medical center's requirements. This notice of intent is not a request for competitive proposals. However, capability statements from other potential providers will be reviewed and considered if received within five calendar days of the publication of this notice. The government's decision to not compete this contract action is at its discretion. Interested firms should submit a capability statement demonstrating their experience and expertise in providing the required services within the specified timeframe. The statement should include information on business size, ability to self-perform work, subcontracting arrangements, and any other relevant details. Inquiries can be directed to claudia.a.febresmormontoy.ctr@health.mil. Please note that oral communications will not be accepted in response to this notice. A copy of the Justification and Approval will be posted within four days after the award of the contract.
J065--iStat Point-of-Care Device Repair
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) has issued a Notice of Intent to award a sole-source contract to Abbott Laboratories Inc. for the repair of its iStat Point-of-Care devices. The VA intends to award the contract under the authority of 41 U.S.C. 3304(a)(1) as the only authorized repair vendor for these devices. As the original equipment manufacturer (OEM), Abbott Laboratories Inc. is the sole vendor able to perform the specialized repairs required for this medical equipment. The NAICS code 811210 and service code J065 confirm that the focus is on precision equipment repair. The VA welcomes capability statements, proposals, or quotations from other vendors, should they believe they can meet the VA's requirements. Vendors have ten calendar days from the publication of this notice to submit relevant documentation to mark.chase1@va.gov. Please note that this is not a solicitation and the VA reserves the discretion to determine the competition status of this requirement based on the responses received. Vendors are encouraged to promptly submit their capabilities to be considered.