J065--Siemens Artis Zee Service and Maintenance Contract for FY25
ID: 36C24225Q0504Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs (VA) intends to award a sole source contract to The Remi Group, LLC for the service and maintenance of the Artis Zee Ceiling System at the New York Harbor Healthcare System's Brooklyn campus. This contract will cover one base year with the option for four additional renewal years, encompassing all necessary labor, tools, and parts (excluding non-vendor parts) required for repairs and preventive maintenance to ensure the equipment operates according to manufacturer specifications. The Remi Group is recognized as the sole authorized service provider for these maintenance services, reflecting the VA's commitment to maintaining high operational standards for its medical equipment. Interested firms may submit written notifications expressing their capability to meet the requirements by April 4, 2025, at 2:00 PM ET, with all inquiries directed to Charles Collins via email at Charles.Collins@va.gov.

Point(s) of Contact
Charles CollinsContract Specialist
(518) 626-7200
Charles.Collins@va.gov
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
The Department of Veterans Affairs (VA) plans to award a sole source contract to The Remi Group, LLC for the service and maintenance of the Artis Zee Ceiling System at the New York Harbor Healthcare System's Brooklyn campus. The contract covers one base year and includes four optional renewal years. It encompasses all necessary labor, tools, and parts (excluding those not provided by the vendor) for repairs and preventive maintenance to ensure the equipment operates per manufacturer specifications. The Remi Group is identified as the sole authorized service provider for these maintenance services. This notification acts as an intent to award rather than a request for competitive quotes; however, other firms may submit written notifications expressing interest before the response deadline of April 4, 2025, at 2:00 PM ET. All inquiries should be directed to the designated point of contact via email, as telephone requests are not accepted. This comprehensive maintenance agreement reflects the VA's mission to maintain high operational standards for its medical equipment.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
DA01--Censitrac® software for the RTLS Instrument Tracking System (Base 4)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for subscription services of the Censitrac® Real Time Location System (RTLS) at the James J. Peters Bronx VA Medical Center. This contract will cover a base period of one year, from June 1, 2025, to May 31, 2030, with the option for four additional years, and is aligned with FAR 8.405-6(a)(1)(B). The Censitrac system is crucial for tracking surgical instruments throughout the sterile processing cycle, thereby automating documentation for sterilization in various medical settings, including operating rooms and dental clinics. Interested parties that believe they can meet the requirements may submit written notifications by April 17, 2025, at 2:00 PM EDT, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
Buyer not available
The Department of Veterans Affairs is planning to issue a Sole Source Contract for the maintenance of Respiratory Therapy Equipment from Medical Graphics Corporation (MGC) to ensure the operational integrity of pulmonary and cardiac diagnostic systems across multiple VA medical centers in the Pacific Northwest. This one-year maintenance contract will cover essential services such as preventive maintenance, emergency repairs, software updates, and technical support, all of which must be performed by MGC-trained technicians due to the proprietary nature of the equipment. The contract is justified under federal guidelines for single-source procurement, emphasizing the cost-effectiveness of maintaining existing equipment rather than replacement, with an anticipated award date of May 15, 2025. Interested parties can reach out to Maureen Sundstrom at maureen.sundstrom@va.gov for further inquiries.
J065--Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
Buyer not available
The Department of Veterans Affairs intends to solicit a Sole Source contract with Medical Graphics Corporation (MGC) for the maintenance and repair of respiratory therapy equipment utilized across various VA medical centers in the Northwest. This procurement aims to ensure that MGC's pulmonary and cardiac diagnostic systems remain operational, incorporating necessary software and firmware updates, preventive maintenance, diagnostics, phone support, and on-site repairs. The equipment is critical for reliable patient diagnostics, and MGC is the sole provider authorized to maintain this specialized equipment, as confirmed by market research and previous contracts. The anticipated award date for this contract is May 15, 2025, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
Medtronic O-Arm Maintenance
Buyer not available
The Department of Veterans Affairs is seeking maintenance services for the Medtronic O-Arm Surgical Imaging System at the Omaha VA Medical Center. The contract, identified by Solicitation Number 36C26325Q0653, requires the contractor to perform corrective and planned maintenance, ensuring the equipment operates according to manufacturer specifications and maintains FDA certification. This specialized maintenance is critical for the ongoing healthcare support provided at the VA facility, as the O-Arm is essential for surgical imaging. Interested parties must demonstrate authorization from Medtronic Inc., the sole provider due to proprietary rights, and respond by April 14, 2025. For further inquiries, contact James A. Miller at James.Miller4@va.gov.
J065--INTENT TO SOLE SOURCE | BALTIMORE VA MEDICAL CENTER | 04/20/2025 - 04/19/2026 | HOLOGIC INC.
Buyer not available
The Department of Veterans Affairs is planning to award a sole source contract to Hologic Inc. for the repair and maintenance of the Mini C-Arm at the Baltimore VA Medical Center, which is currently non-operational and affecting patient care for veterans. The contract, effective from April 20, 2025, to April 19, 2026, aims to restore the Mini C-Arm's functionality through diagnostic testing, necessary repairs, and the provision of OEM parts, ensuring timely diagnoses and treatments for veterans. Hologic, as the original equipment manufacturer, is uniquely qualified to perform these repairs, and the procurement process will include a market research phase to identify any potential vendors capable of fulfilling the requirements. Interested vendors may contest the sole source determination by providing documentation of their qualifications to the Contracting Officer, Amy Walter, at AMY.WALTER1@VA.GOV.
J065--36C262-25-AP-3309 | 605-25-3-027-0115 | New Require | PM Svc, Hitachi Arietta 70 Intraoperative Ultrasound System
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide full maintenance services for the Hitachi Arietta 70 Intraoperative Ultrasound System at the VA Loma Linda Healthcare System in California. The procurement aims to ensure minimal system downtime and uninterrupted critical patient care through comprehensive maintenance, including preventative and remedial services, as well as the provision of necessary parts and labor. This opportunity is particularly focused on identifying Service-Disabled Veteran Owned Small Businesses and other small businesses capable of meeting these requirements, with responses due by April 18, 2025. Interested parties should contact Contract Specialist William Cornick at william.cornick@va.gov or (602) 795-4465 for further information.
J065--Stryker In-Touch/Secure II Beds and Stretchers Maintenance and Repair Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance and repair of Stryker In-Touch/Secure II Beds and Stretchers at the VA Connecticut Healthcare System campuses in West Haven and Newington, CT. This procurement is based on FAR 13 regulations and necessitates the use of authorized vendors, as Stryker employs proprietary field service technicians (ProCare Services) and exclusively utilizes OEM parts and specific diagnostic tools for servicing its products. The maintenance of these beds and stretchers is critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested parties may express their interest and submit supporting literature to the Contracting Officer, Nathan Langone, at Nathan.Langone@va.gov by April 14, 2025, as this notice is not a request for competitive proposals.
6515--RFI NOI SS ScrubEx Replacement Equipment
Buyer not available
The Department of Veterans Affairs is seeking to procure ScrubEx replacement equipment for the Michael E. DeBakey VA Medical Center in Houston, TX, through a sole-source contract with L1 Enterprises, Inc. This procurement includes the supply and installation of eight ScrubEx® dispensing units, along with necessary training and customer service updates, as outlined in the Performance Work Statement. The equipment is crucial for enhancing operational efficiency in managing medical scrubs and linens within the facility, ensuring compliance with safety and performance standards. Interested businesses must confirm their capability to meet the requirements by April 15, 2025, and can contact Contract Specialist Robert Arabie at robert.arabie@va.gov or 337-244-7254 for further information.
J065--Laser Devices Preventative Maintence Service
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to award a sole-source contract for preventative maintenance services on laser devices to Acclarent Inc. This procurement aims to ensure the continued operation of precision laser systems, which are critical for providing timely medical care to veterans. The contract will be a Firm Fixed Price award for a one-year base period with four additional one-year option periods, emphasizing the importance of maintaining these essential medical devices. Interested parties may express their interest and capability to meet the requirements by April 14, 2025, at 12:00 PM PST, by contacting Contract Specialist Bruce Lundvall via email at bruce.lundvall@va.gov.