INTENT TO SOLE SOURCE | V05 MiPACs Support Contract | 10/01/2025 to 09/30/2026 Plus Four Option Years
ID: 36C24525Q0746Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs (VA) has announced an "Intent to Sole Source" for the V05 MiPACs Support Contract, which will provide full-service support for the VISN 5 Dental PACS system from October 1, 2025, to September 30, 2026, with four additional one-year option periods extending to September 30, 2030. The contract encompasses break-fix resolution, software updates, patching, and vulnerability remediation for MiPACS servers and clients across multiple VA medical centers in Maryland and West Virginia. This procurement is particularly significant for ensuring the operational integrity of dental imaging systems critical to patient care within the VA healthcare system. Interested vendors, especially those classified as Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their responses, including company details and capability statements, by August 26, 2025, to Amy Walter at AMY.WALTER1@VA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), VISN 5 | NCO 5, has issued an "Intent to Sole Source" announcement (Solicitation Number 36C24525Q0746) for a MiPACS Support Contract. This notice is for informational and planning purposes, aiming to gather market research for potential qualified businesses, particularly Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(A), HUBZone, and other small businesses capable of performing the work. The contract, intended to be a sole source award, covers full-service support for the VISN 5 Dental PACS system, including break-fix resolution, updates, patching, and vulnerability remediation for MiPACS servers and clients across multiple VA medical centers. The period of performance includes a base year from October 1, 2025, to September 30, 2026, plus four one-year option periods, extending until September 30, 2030. Vendors disagreeing with the sole source intent must submit detailed documentation of their technical expertise and experience by August 26, 2025. Responses should include company details, socio-economic status, NAICS code 811210 ($34M size standard), and a capability statement addressing their ability to perform the work, particularly regarding subcontracting limitations for SDVOSB/VOSB companies.
    Similar Opportunities
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    J065--Intent to Sole Source Digital Signage Players and Displays P&MR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to AVI Systems, Inc. for digital signage players and displays. This procurement aims to renew an expired maintenance contract for Haivision Electronic CoolSign Preventive Maintenance services, which are crucial for directory and informational signage across the Veteran Affairs San Diego Health Care Services (VASDHCS) campuses. The decision to sole source is based on the need for continuity of services and the utilization of existing equipment, with the contract structured as a Base Plus Four Option Year agreement. Interested parties must demonstrate past performance experience and be authorized distributors of the Haivision equipment, with all inquiries and capability statements due by 12:00 PM Pacific Time on December 12, 2025, directed to Charity Cazee at Charity.Cazee@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    J065--Dental Dexis Panos Imaging Preventative Maintenance Inspection, Corrective Maintenance, and Repair Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance, corrective maintenance, and repair services for Government-owned Dexis Panos imaging systems at the Greater Los Angeles VA Healthcare System and its associated clinics. The procurement requires contractors to deliver all necessary labor, materials, software support, and travel, ensuring compliance with manufacturer instructions and relevant regulatory standards. These services are critical for maintaining the operational integrity of medical imaging equipment, which plays a vital role in patient care. Interested contractors must submit their capability statements and relevant information to Loan Dho at loan.dho@va.gov by 10:00 AM (PST) on December 8, 2025, to be considered for this opportunity.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.