6525--Notice of Intent to Sole Source - Emergency Repair of Philips DigitalDiagnost C90 High Performance X-Ray System - White River Junction VA Medical Center
ID: 36C24126Q0149Type: Special Notice
Overview

Buyer

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

NAICS

Diagnostic Imaging Centers (621512)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole-source, Firm-Fixed-Price contract for the emergency repair of a Philips DigitalDiagnost C90 High Performance X-Ray System at the White River Junction VA Medical Center. The procurement requires the replacement of two 3-Phase Inverter Boards and one High Voltage Generator Tank, with all work to be performed in accordance with Philips Medical Standards for installation, testing, and calibration. This specialized equipment is critical for medical imaging, and Philips is the only vendor with the proprietary knowledge and parts necessary for these repairs. Interested parties may submit their capability responses by December 26, 2025, to Dewan Britton at Dewan.Britton@va.gov or by phone at 910-341-5300, although the government reserves the right to determine if a competitive procurement is appropriate.

    Point(s) of Contact
    Dewan BrittonContract Specialist
    (910) 341-5300
    Dewan.Britton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, VISN 1, issued a Special Notice to announce its intent to award a sole-source, Firm-Fixed-Price contract for the emergency repair of a Philips DigitalDiagnost C90 High Performance X-Ray System at the White River Junction VA Medical Center. This notice, identified by Solicitation Number 36C24126Q0149, is not a request for quotes but an intent to contract with Philips, the original manufacturer, due to its proprietary knowledge, parts, and technical capabilities deemed essential for the specialized repair. The required services include replacing two 3-Phase Inverter Boards and one High Voltage Generator Tank, all to be performed according to Philips Medical Standards. Interested parties may submit responses by December 26, 2025, to demonstrate their capability to meet the requirements, which will solely inform the government's decision on competitive procurement.
    The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1), intends to award a sole-source, Firm-Fixed-Price contract for the emergency repair of a Philips DigitalDiagnost C90 High Performance X-Ray System at the White River Junction VA Medical Center. This notice, issued under FAR 5.2, is not a request for quotes but an intent to award to Philips, the original manufacturer. The repair includes replacing two 3-Phase Inverter Boards and the High Voltage Generator Tank, adhering to Philips Medical Standards for functional testing and calibration. Philips is deemed the sole source due to its proprietary knowledge, parts, and technical capabilities. Interested parties may submit responses by December 26, 2025, to demonstrate their capability, though the government reserves the right to determine if a competitive procurement is appropriate.
    This Statement of Work outlines the requirements for emergency repair to a Philips DigitalDiagnost C90 X-ray machine at a VAMC due to a power grid malfunction. The contractor is responsible for providing and replacing two 3 Phase Inverter Boards and a High Voltage Generator Tank, adhering to Philips Medical Standards for installation, testing, and calibration. Services are to be performed Monday through Friday, 0700-1630 hrs, excluding government holidays, under a Fixed Firm Price contract. The contractor's Field Service Engineer must have applicable manufacturer's service training, use only new parts from Philips Medical, and provide continuous updates and twice-daily reports to the Clinical Engineering COTR. The government will provide physical system access and operational power. All deliverables and generated materials become the exclusive property of the U.S. Government, with strict confidentiality and non-disclosure requirements. Contractor personnel requiring computer system access must undergo a background investigation and receive favorable adjudication from the VA Office of Security and Law Enforcement.
    Similar Opportunities
    J065--Intellispace Essential Software Maintenance Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source contract to Philips North America LLC for an IntelliSpace Essential Software Maintenance Agreement. This procurement is justified under Simplified Acquisition Procedures and FAR 6.302-1, indicating that only Philips can fulfill the agency's specific requirements for electronic and precision equipment repair and maintenance. The software maintenance agreement is crucial for ensuring the operational efficiency and reliability of medical equipment used by the agency. Interested parties who believe they can meet the requirements must submit a capability statement to Chad Kemper at chad.kemper@va.gov by 2 PM EST on December 26, 2025, as this is not a solicitation for offers.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    6515--Philips Xper Cardiology and Hemodynamics Upgrade PR: 537-26-1-969-0019
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Health Care System, is seeking authorized distributors for the upgrade of the Philips Xper Cardiology and Hemodynamics system at the Jesse Brown VAMC in Chicago, IL. This procurement involves providing all necessary labor, materials, and expertise to enhance the existing system in two Cath labs and nurse stations, ensuring compatibility with the new Federal Electronic Health Record (FEHR), Oracle Health, and transitioning patient identifiers from Social Security Numbers to the Enterprise Data Interchange Patient Identifier (EDIPI). Interested vendors must demonstrate their authorized distributor status from the Original Equipment Manufacturer (OEM) and submit relevant company information by January 7, 2026, at 10:00 AM Central Time, to Rebecca Picchi at rebecca.picchi@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    NX- CX50 Win 10 Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the NX-CX50 Win 10 Upgrade, a technology upgrade essential for enhancing ultrasound imaging capabilities at the VA Loma Linda Hospital. This procurement involves a contract awarded to Philips North America LLC, totaling $22,896.90, which underscores the importance of maintaining up-to-date medical imaging equipment for effective patient care. The contract was awarded on December 13, 2022, under solicitation number 36C26223N0223, and interested parties can direct inquiries to Mayra Barbosa at Mayra.Barbosa@va.gov for further details.
    J065--Software Evolution Services for Philips Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Software Evolution Services (SES) for Philips medical equipment at the VA Sierra Nevada Health Care System. The procurement aims to identify capable providers who can deliver comprehensive software repairs, loaner devices, and ongoing support for Philips Central Monitoring, Telemetry, and Patient Monitoring equipment, with a focus on compliance with FDA and NFPA 99 standards. This contract is critical for ensuring the functionality and reliability of medical equipment used in patient care, emphasizing the need for OEM-certified staff with at least two years of experience and a 24/7 customer support center. Interested parties must submit their capability statements by December 30, 2025, to the Contracting Officer, Larry Facio, at larry.facio@va.gov.
    6515--Brand Name Only- Philips MX40 1.4 GHz Smart Hopping devices.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide Brand Name Only Philips MX40 1.4 GHz Smart Hopping devices for the VA Pittsburgh Healthcare System. The procurement aims to acquire 10 devices essential for patient monitoring within the Critical Care Service Line, as these telemetry packs are the only compatible units with existing Philips bedside monitors. The devices play a crucial role in enhancing patient mobility and recovery by allowing continuous monitoring while patients engage in activities, thereby improving overall care efficiency. Interested parties must submit their responses, including company details and capabilities, by January 5, 2026, to Contract Specialist McDaniel Brayboy III at mcdaniel.brayboy@va.gov.
    J045--Intent to Sole Source Emergency Medical Vacuum Pump Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source the repair services for Emergency Medical Vacuum Pumps to Compliance Solutions LLC, a certified OEM installer and maintainer of PowerEx equipment. This procurement is necessitated by the urgent need for emergency troubleshooting and repair services at the Robley Rex VA Medical Center, and it is being conducted under FAR Part 13.106-1(b)(2) due to the specialized nature of the services required. The total procurement amount is expected to be under the Simplified Acquisition Threshold (SAT) of $250,000, as market research has confirmed that Compliance Solutions LLC is the only local vendor with the necessary expertise and knowledge of PowerEx proprietary materials. Interested parties may submit capability statements to Diane Ziegler at diane.ziegler@va.gov by December 29, 2025, at 11:00 AM CST for consideration, although the government reserves the right to proceed with the sole source procurement if competition is not deemed advantageous.
    J065--Philips Patient Monitoring Activation and ICCA Reconfiguration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is seeking a contractor for the Philips Patient Monitoring Activation and ICCA Reconfiguration project at the VA Central Iowa Health Care System. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves activating Philips patient monitoring equipment and reconfiguring the Intellispace Critical Care and Anesthesia (ICCA) system, ensuring compatibility with existing systems. The contractor will be responsible for installing and configuring wireless telemetry coverage, relocating existing equipment, and reconfiguring data interfaces, with an estimated performance period from December 2025 to February 2026. Interested parties must submit their proposals by December 29, 2025, and direct any questions to Contracting Officer Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov.
    J065--INTENT TO SOLE SOURCE WITH OEM GE HEALTHCARE | BASE PLUS FOUR OPTION YEARS | 01/01/2026 TO 12/31/2026 (12/31/2031) | GE OEC and Ultrasound (VA-26-00008460)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source a contract to GE Healthcare for maintenance and repair services of GE OEC and Ultrasound equipment at the Martinsburg VA Medical Center. This contract will encompass a base year plus four option years, focusing on preventive maintenance, repairs, and software/hardware upgrades for specific GE OEC and LOGIQ E10/S8 devices. These services are critical for ensuring the operational efficiency and reliability of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, who disagree with the sole source intent are encouraged to provide documentation of their technical expertise. For further inquiries, contact Amy Walter at AMY.WALTER1@VA.GOV.