6515-- Heart-Lung Bypass Machines - VA Connecticut Healthcare
ID: 36C24125Q0288Type: Special Notice
AwardedAug 26, 2025
$711K$710,972
AwardeeSPECTRUM MEDICAL INC FORT MILL 29715 SCG
Award #:36C24125P0805
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source contract to Spectrum Medical Inc. for the procurement of two Quantum Perfusion Technologies heart-lung bypass systems at the West Haven VA Medical Center in Connecticut. This acquisition is necessary to replace outdated Sorin S5 LivaNova systems, which are no longer supported, and the new machines must be fully compatible with existing Spectrum Medical Quantum workstations and the VISION server to ensure seamless integration and avoid additional costs and delays. The estimated contract value is $592,491.22, and interested parties may submit qualifications to Contract Specialist Kurt Fritz at kurt.fritz@va.gov by the response deadline of August 12, 2025, at 5:00 PM EST, although this notice is not a request for competitive proposals.

    Point(s) of Contact
    Kurt FritzContract Specialist
    (203) 932-5711
    kurt.fritz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole-source contract to Spectrum Medical Inc. for two Quantum Perfusion Technologies heart-lung bypass systems, as outlined in Solicitation Number 36C24125Q0288. This procurement is necessitated under the authority of FAR Part 13.106-1(b), allowing solicitation from a single source. The response deadline is set for May 2, 2025, at 5:00 PM Eastern Time. Interested parties can submit qualifications to Kurt Fritz via email for consideration in market research, although this notice explicitly states that it is not a request for competitive proposals and no solicitation is currently available. While all responsible sources are encouraged to respond, the government's discretion will ultimately determine if competitive procurement will occur. The NAICS code relevant to this requirement is 334510, indicating the industry sector involved.
    The Department of Veterans Affairs, West Haven VA Medical Center, intends to award a sole-source contract to Spectrum Medical Inc. for two Quantum Perfusion Technologies heart-lung bypass systems. This procurement, identified by Solicitation Number 36C24125Q0288 and NAICS Code 334510, will be conducted under the authority of FAR Part 13.106-1(b), allowing for solicitation from a single source. The contracting office is located in West Haven, CT, with a response deadline of August 12, 2025, at 5:00 PM EST. While this is not a request for competitive proposals, other responsible sources are invited to submit detailed documentation to Kurt Fritz at kurt.fritz@va.gov for consideration. The government reserves the right to determine whether to conduct a competitive procurement based on responses, with submitted information used solely for market research purposes.
    The Department of Veterans Affairs (VA) has issued a Sources Sought Notice for the procurement of two Spectrum Medical Quantum Heart Lung Machines and associated equipment for the VA West Haven Healthcare System. This announcement serves as a market research tool to assess industry capabilities and is not a solicitation for bids or proposals. Vendors must provide proof of authorization from the Original Equipment Manufacturer (OEM) to distribute the products, and must be registered in the System for Award Management (SAM). Interested firms should provide detailed information about their business, including size status, service area, and relevant documentation demonstrating their ability to deliver the requested equipment. The Heart Lung Machines must be compatible with existing systems and exhibit specific functionalities for patient safety. The responses will inform future solicitation processes but do not commit the government to any contract. The deadline for responses is March 10th, 2025, and all submissions must be made via email to the designated contact person.
    The Department of Veterans Affairs, West Haven VAMC, requires two Heart-Lung Bypass machines to replace outdated Sorin S5 LivaNova systems, which are no longer fully supported. The new machines must be fully compatible with existing Spectrum Medical Quantum workstations and the VISION server to ensure seamless integration and avoid significant additional costs and delays. This acquisition, estimated at $592,491.22, is being pursued as an "Other Than Full and Open Competition" due to the critical need for compatibility with the current Spectrum Medical Quantum Perfusion Technologies. Market research identified Spectrum Medical as the sole provider that meets this compatibility requirement. Efforts to find other sources, including an RFI, did not yield viable alternatives. The acquisition will be directly from the OEM, Spectrum Medical, to ensure timely and safe deployment, minimizing the risk of surgical disruptions.
    The Department of Veterans Affairs, West Haven, CT Medical Center, is seeking to acquire two Heart-Lung Bypass machines to replace their outdated S5 LivaNova machines, which are no longer supported. The new machines must be fully compatible with the existing Spectrum Medical Quantum workstations and VISION server. This acquisition is being processed as an 'Other Than Full and Open Competition' due to Spectrum Medical's proprietary Quantum Perfusion Technologies heart-lung bypass unit being the only one compatible with the current workstations. Procuring alternative systems would necessitate additional workstations, informatics reporting systems, servers, installation, and training, leading to substantial increased costs and delays in patient care. Market research, including an RFI and intent to sole source, indicated that Spectrum Medical is the sole provider capable of meeting this specific requirement. The estimated cost for the two units is $592,491.22. The acquisition will be made directly from Spectrum Medical, the OEM, due to the critical nature of the equipment and the OEM's prior familiarity with the West Haven VA facility.
    The Department of Veterans Affairs (VA) West Haven Medical Center seeks to procure two Heart-Lung Bypass machines to replace outdated S5 LivaNova units, which are no longer supported by Spectrum Medical. The estimated cost for these devices is $592,491.22, with each unit costing $296,245.61. The new equipment must be compatible with existing Spectrum Medical Quantum workstations, as integrating alternative systems would incur considerable additional costs and negatively impact patient care. The justification for using other than full and open competition is based on the unique qualifications of Spectrum Medical and the lack of alternatives that meet compatibility requirements. Prior market research and solicitation efforts yielded limited responses, confirming Spectrum Medical as the sole provider. The contracting process will ensure the anticipated costs are fair and reasonable. With ongoing market research, the VA aims to explore future competitive options but currently determines that direct procurement from the original equipment manufacturer is necessary to fulfill its needs sustainably.
    Similar Opportunities
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    6515--VELYS ROBOTIC ORTHO KNEE REPLACEMENT SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to Depuy Synthes Sales Inc for the provision of the VELYS Robotic Assisted Knee System, which is essential for knee replacement procedures at the Veterans Affairs Long Beach Healthcare System (VALBHS) in Long Beach, CA. This procurement is justified under FAR 6.302-1, as Depuy Synthes Sales Inc is the sole manufacturer of the VELYS system, which is exclusively compatible with the existing Depuy Attune Knee System utilized at the facility. The VELYS Robotic Assisted Knee System is critical for enhancing the precision and effectiveness of knee surgeries performed at VALBHS. Interested parties may submit documentation demonstrating their capabilities by 9:00 AM PT on December 29, 2025, to Jonathan C. Ford at Jonathan.Ford1@va.gov, as the government will consider these responses to determine if a competitive procurement is feasible. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    6515-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.