J065--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
ID: 36C24425Q0038Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.

    Point(s) of Contact
    Haley SnyderContract Specialist
    (412) 860-7204
    haley.snyder@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a special notice regarding a sole source contract intended for the procurement of Optimization Services and Preventative Maintenance for BD Alaris infusion pumps. The contracting office, located in Pittsburgh, PA, plans to award this contract to CareFusion Solutions, LLC for a base period of one year, starting November 1, 2024, with options for three additional years. While this notice is not a request for competitive quotes, interested parties may submit capability statements demonstrating their qualifications, including corporate experience and contact details by the response deadline of October 29, 2024. Vendors must provide essential identification details, including their SAM number and company information. The NAICS code for this acquisition is 811210 with a size standard of $34.0 million. This announcement underscores the VA's intent to ensure ongoing support and maintenance for critical clinical equipment used in patient care. Responses are to be submitted via email, and any received will be considered at the government's discretion.
    The VA Pittsburgh Healthcare System intends to establish a service contract for comprehensive software management and preventative maintenance services for the CareFusion Alaris infusion pumps and associated modules. The contract encompasses technical support, software updates, on-site maintenance, training, and compliance with operational standards crucial for patient care at the facility. The contractor is responsible for providing all necessary resources, conducting regular maintenance for approximately 1,225 devices, and ensuring adherence to manufacturer and safety guidelines. Additionally, the contractor must ensure the competency and certification of service personnel, comply with security protocols for sensitive information, and document all maintenance activities. The project underscores the VA’s commitment to maintaining the reliability and accuracy of critical medical equipment, thereby safeguarding patient health and operational continuity. Overall, this reflects a structured approach to health care equipment management within federal procurement processes, prioritizing patient safety and compliance with established regulatory standards.
    Similar Opportunities
    6515--EQUIPMENT - CADD-SOLIS AMBULATORY PCA PUMPS (Amendment)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of CADD Solis ambulatory PCA pumps for the New York Harbor Healthcare System located in Brooklyn, NY. This solicitation, identified as 36C24225Q0021, aims to replace outdated PCA ambulatory pumps with brand name ICU Medical CADD Solis pumps, which are essential for compatibility with PharmGuard™ medication safety software and ensuring operational efficiency in patient care. The estimated contract value is not to exceed $250,000, with offers due by October 24, 2024, at 10 AM EST. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contract Specialist Aleta Jennette at Aleta.Jennette@va.gov or (914) 737-4400 ext 2068 for further details.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    DA10--Alaris Software Management Service Indianapolis, IN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Alaris Software Management Services for the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The objective is to maintain and operate the Alaris Infusion System, which includes software enhancements, training, support, data analytics, and maintenance services for a single base year without option years. This initiative is crucial for ensuring high standards in clinical practices and patient safety within the Veterans Health System, utilizing advanced technological solutions for infusion management. Interested parties must submit their responses by October 29, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Margaret Thompson at Margaret.Thompson@va.gov.
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    6630--Laboratories Alinity Chemistry Analyzer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, intends to award a sole-source contract to Abbott Laboratories for the provision of i-STAT instruments and associated test cartridges for the Tuscaloosa VA Medical Center. This procurement is critical for ensuring timely test results in various healthcare settings, including the Critical Care Unit, Operating Room, and Emergency Room, as Abbott Laboratories is the exclusive manufacturer of the required equipment. Interested parties may submit capabilities statements by 3:00 PM Eastern Time on October 31, 2024, to the designated contracting officer, Earnest Ellison, at Earnest.Ellison@va.gov, although this notice does not constitute a solicitation for competitive proposals.
    J065--Tecniplast Platinum Service preventative maintenance and repair services for the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Regional Procurement Office East, intends to award a sole source Firm-Fixed-Price contract to Tecniplast USA, Inc. for preventative maintenance and repair services of the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System. The contract will encompass Tecniplast Platinum Service, which includes two annual preventive maintenance visits, unlimited emergency service, and annual training for VA staff, ensuring the operational efficiency of critical medical equipment. Interested parties may submit a capability statement demonstrating their ability to fulfill the requirements outlined in the attached Statement of Work, with submissions due by 4:30 PM Eastern Time on November 11, 2024. All inquiries should be directed to Contract Specialist Karly Gabrysiak via email at Karly.gabrysiak@va.gov.
    J065--Roche Slide Stainer annual PM Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Roche Diagnostics Corporation for annual preventive maintenance services for SLID Stainer equipment owned by the VA, specifically for operations at the Puget Sound VA Medical Center in Seattle, WA. This contract is crucial for ensuring the proper functioning and reliability of medical equipment used in patient care. The anticipated award date for this contract is November 1, 2024, and interested parties may submit responses for consideration in future procurements, although no competitive proposals will be solicited at this time. For further inquiries, contact Contract Specialist Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.
    J065--Biomerieux Maintenance | New Base | Start: 12/5/24
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source, Firm-Fixed Price Contract with Biomerieux for a Myla Service Agreement specifically for the Dayton VA facility in Ohio. This procurement action, conducted under FAR Subpart 13.2, aims to address the service needs of medical, dental, and veterinary equipment, ensuring the operational efficiency of the facility. Interested contractors may submit capabilities statements or quotations for consideration, with responses due by October 31, 2024, at 8:00 AM Eastern Time, directed to Contracting Officer Christopher T. Council via email at Christopher.Council@va.gov. This notice fulfills the publication requirement outlined in FAR 5.201(b)(1) and does not constitute a formal solicitation process.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment as part of the June 2024 Equipment Only Consolidation initiative. This procurement aims to acquire essential imaging equipment, including ultrasound machines, C-arms, and CT scanners, to enhance healthcare delivery across various Veterans Affairs facilities. The solicitation emphasizes compliance with technical specifications and encourages competitive bidding among current contract holders, with a submission deadline for offers set for October 30, 2024. Interested vendors can reach out to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    J065--Base YR (02/01/2025-01/31/2026) + 2 OYs MKE and Hines Medtronic CryoConsole Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for the maintenance and repair of cryo-console equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Edward Hines, Jr. VA Hospital in Hines, IL. This procurement is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, emphasizing that only Medtronic qualifies due to Original Equipment Manufacturer (OEM) requirements. The contract will ensure high-quality service and compliance, as all items must be new and sourced directly from the OEM or authorized distributors, with strict prohibitions against used or counterfeit products. Interested vendors must submit documentation demonstrating compliance by 10:00 AM CDT on October 31, 2024, to Eileen Meyer at eileen.meyer@va.gov, as no solicitation documents will be available and telephonic inquiries will not be accepted.