6515--NOI SS: GE HealthCare Mac-Lab AltiX to BT22 Systems Upgrades
ID: 36C25625Q0804Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs intends to award a Sole Source Delivery Order for the upgrade of GE HealthCare Mac-Lab AltiX to BT22 Systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves the acquisition of fifty-seven distinct medical equipment items and accessories, with TrillaMed identified as the sole source provider qualified under FAR 19.1406, leveraging the statutory authority of the Veterans Benefits Act of 2003. This non-competitive procurement underscores the critical need for specialized medical upgrades to enhance healthcare services for veterans. Interested parties can reach out to Contracting Officer Shasta Britt at shasta.britt@va.gov or by phone at 713-794-8609 for further details, as no competitive proposals are being solicited.

Point(s) of Contact
Shasta BrittContracting Officer
(713) 794-8609
shasta.britt@va.gov
Files
Title
Posted
Apr 15, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) is issuing a special notice regarding the intention to award a Sole Source Delivery Order for upgrading GE HealthCare Mac-Lab AltiX to BT22 Systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. The designated contractor, TrillaMed, is identified as the sole source provider qualified under FAR 19.1406, leveraging the statutory authority of the Veterans Benefits Act of 2003. The notice specifies the deadline for responses, the contracting officer's contact details, and the nature of the items involved, including various medical equipment and accessories totaling fifty-seven distinct items listed for purchase. This procurement aligns with common practices in federal RFPs, where non-competitive bidding is permitted under particular conditions. Interested providers must clarify their business size and socio-economic status to demonstrate capability and compliance. This announcement aims to ensure transparency while indicating that no competitive proposals or quotations are being solicited.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
Zeiss Lumera 700 Microscope
Buyer not available
The Department of Veterans Affairs is seeking to procure a Zeiss Lumera 700 Microscope through a sole-source contract with ProAim Americas, LLC, specifically for the Michael E. DeBakey VA Medical Center in Houston, Texas. This advanced microscope is essential for enhancing visualization during ophthalmic surgeries, thereby improving patient outcomes and minimizing downtime post-surgery. The procurement includes delivery, installation, warranty, and training for the equipment, emphasizing the VA's commitment to providing cutting-edge medical care to veterans. Interested parties must demonstrate their OEM or authorized dealer status and submit their documentation by April 28, 2025, with inquiries directed to Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or 713-350-2943.
6515--RFI: NOI SS Overhead Patient Lifts
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding a Sole Source contract for the installation and site preparation of overhead patient lifts at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to award the contract to Premier Medical Distributors LLC, as market research indicates that only one responsible Service-Disabled Veteran-Owned Small Business (SDVOSB) can fulfill the requirements. This acquisition is critical for enhancing patient care and safety through the installation of specialized medical equipment, classified under NAICS code 339113 for Surgical and Medical Instrument Manufacturing. Interested vendors must demonstrate their capability to meet the requirements by contacting Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov or by phone at 337-244-7254, as no competitive proposals will be solicited for this non-competitive acquisition.
6515--Surgical Equipment
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for the procurement of four 30-inch TKR Knee Positioners and CAM-LOK Rail Clamps, exclusively from Shuerch Corp. (dba ShureMed) as a sole source acquisition due to the proprietary nature of these medical devices. This procurement, valued under $25,000, is essential for the VA Medical Center in Togus, Maine, to support orthopedic procedures and ensure operational efficiency and patient safety. The sole sourcing is justified as ShureMed is the only authorized manufacturer of these items in the U.S., which aids in standardization and minimizes disruptions in surgical schedules. Interested suppliers must express their intent to respond by April 29, 2025, and can contact Contract Specialist Sean Genereux at Sean.Genereux@va.gov or by phone at 802-295-9363 for further information.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
ScriptPro Robotic Prescription Dispensing System Installation & Software Beaumont/Lufkin & Houston - locations
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole-source contract to ScriptPro USA, Inc. for the installation of the Eyecon 9430 Robotic Prescription Dispensing System at locations in Houston and Lufkin, Texas. This procurement aims to enhance pharmacy services within the VA healthcare system by utilizing advanced robotic technology to improve efficiency and operational effectiveness. The decision to proceed with ScriptPro as the sole source is based on the determination that they are the only responsible entity capable of fulfilling the requirements under Federal Acquisition Regulation (FAR) 6.302-1. Interested parties may submit evidence of their capability to meet this requirement to Oney Kelly at Oney.kelly@va.gov by 1:00 PM Central Time on April 28, 2025, as no competitive bids or proposals will be accepted.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
6525--Transducers : Anesthesiology Intent to Sole Source: SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to procure Terason uSmart Linear and Curved Array Ultrasound Transducers for the Togus VA Medical Center in Maine. This procurement, valued at potentially over $250,000, is essential for the Anesthesia Department to enhance postoperative pain management through advanced neural blockade techniques, as the medical center currently operates three ultrasound machines but requires additional transducers for optimal care. The unique compatibility of Terason transducers with existing equipment and their standardization across various VA facilities underscores the critical need for this procurement, which must comply with FDA regulations and be delivered within 45-60 days from order signing. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further information.