VoiceOver Pro Maintenance
ID: 36C26325P0364Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This action is authorized under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) due to the proprietary nature of the equipment, which only the Original Equipment Manufacturer can supply. Vendors are encouraged to submit capability statements if they believe they can meet the requirements, though this notice does not constitute a solicitation for competitive quotes. The timeline for response is set for March 2, 2025, with all inquiries directed to the Contract Specialist, Robert Bennett. The document indicates that only one responsible source can fulfill this need, affirming the essentiality of proprietary support for the VA system. As such, any potential alternative providers will be evaluated solely on their capability to meet the specific demands laid out by the VA. This notice underscores the federal acquisition guidelines and the importance of proprietary equipment in government contracting.
    Lifecycle
    Title
    Type
    VoiceOver Pro Maintenance
    Currently viewing
    Special Notice
    Similar Opportunities
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    J065--FY25 - ScriptPro Service and Support (Base + 3) Bronx
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to ScriptPro USA Inc. for the maintenance and support of ScriptPro equipment at the James J. Peters VA Medical Center in Bronx, New York, covering the period from March 1, 2025, to February 29, 2029, with an option for three additional years. This contract will encompass comprehensive technical support, software updates, and parts for various ScriptPro systems, ensuring compliance with the manufacturer’s standards and operational effectiveness in VA healthcare facilities. As the only authorized service provider for these specific maintenance services, ScriptPro USA Inc. eliminates the need for competitive quotes, and interested parties have until February 23, 2025, to submit written notifications if they believe they can meet the service requirements. For further inquiries, contact Lisa Harris, Contract Specialist, at Lisa.Harris4@va.gov.
    7H20--Intent to Sole Source: Maintenance and Support for Data Innovations Instrument Manager
    Buyer not available
    The Department of Veterans Affairs intends to sole source a contract for the maintenance and upgrade of the Data Innovations Instrument Manager software from version 8.x to 9.x for the Pathology & Laboratory Medicine Service at the Martinsburg VA Medical Center. This procurement includes all necessary labor and software licenses for the upgrade, which must be completed within 365 days post-award, and emphasizes the unique qualifications of Data Innovations as the sole provider for the required technical support and maintenance services. The contract will be awarded as a firm fixed-price contract under FAR 6.302-1, with a base period from April 1, 2025, to March 31, 2026, and interested parties can contact Contracting Officer Ethan Mauzy at Ethan.Mauzy@va.gov or (410) 642-2411 Ext. 22819 for further details.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    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--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.
    Videonystagmography Equipment
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for the procurement of Videonystagmography (VNG) Equipment intended for use at the El Paso VA Health Care System. The primary objective is to replace the outdated Visual Eyes VNG system with the Interacoustic VisualEyes 525, which requires advanced features such as comprehensive test capabilities, eye tracking, and software support. This equipment is crucial for enhancing diagnostic capabilities in the healthcare setting, thereby improving patient care for veterans. Interested Service-Disabled Veteran Owned Small Businesses, other veteran-owned, and socio-economically disadvantaged small businesses must submit their responses detailing their qualifications and relevant experience by February 27, 2025. For further inquiries, potential respondents can contact Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142.
    J065--SUNSERVICE PREMIER SUPPORT CONTRACT
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Sun Nuclear Corp for the SunServices Premier Support Contract, which will provide essential maintenance and support for specialized medical equipment at the Richmond Veterans Affairs Medical Center (VAMC). This contract encompasses unlimited technical support, software updates, repair services, and preventative maintenance for devices such as the MultiMet-WL QA and Daily QA 3 Wireless, highlighting the unique and specialized nature of the services required. The contract is set to commence on May 1, 2025, with a base period and four option years, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at Natasha.Hawkins@va.gov or by phone at 757-316-3937. This notice serves to inform potential vendors of the procurement opportunity, although it does not constitute a request for competitive quotes.
    6515--Bertec CDP/IVR Upgrades
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 8, is planning to award a sole-source contract to Melling Medical for upgrades to the Bertec CDP/IVR system at the James A. Haley Veterans Hospital. The contract, justified under FAR 13.106.1(b) due to Melling Medical's unique capabilities, includes critical enhancements such as the Head Shake Sensory Organization Test and Bertec Vision Advantage, which are essential for evaluating patients' balance and postural control. This initiative underscores the VA's commitment to improving patient care through advanced technology and specialized assessments, with installation and training for clinical staff included in the contract. Interested vendors must submit their capabilities by February 28, 2025, and the delivery and installation of the equipment are expected within 30 days after the award, accompanied by a one-year warranty. For further inquiries, contact Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.