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
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.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
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.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
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.
J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) 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 services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
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--NKV-330 Ventilator System for Buffalo VA Medical Center Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of fifteen Nihon Kohden NKV-330 Ventilators and associated Nurse Call Cables for the Buffalo VA Medical Center. This contract will be awarded to After Action Medical and Dental Supply, LLC, the only authorized distributor of these ventilators, which have been identified as uniquely meeting the stringent requirements of the facility's Respiratory Therapy department. The estimated value of this firm-fixed-price contract is $227,234.55, and interested vendors may submit capability statements by April 28, 2025, to demonstrate their ability to provide equivalent products, although the government retains discretion regarding the competitive nature of the procurement. For further inquiries, vendors can contact Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
J065--Base YR (11/01/2025 - 10/31/2026) + 2 OYs Stryker Mako Robotic Arm System
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Stryker Orthopedics for the preventative maintenance and emergency repairs of the Stryker Mako Robotic Arm System at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This procurement is conducted under the authority of 41 U.S.C. 1901, indicating that only Stryker Orthopedics can fulfill the specialized requirements due to the nature of the equipment. The contract emphasizes the provision of new Original Equipment Manufacturer (OEM) items, explicitly prohibiting gray market or counterfeit supplies to ensure high standards of service and reliability for critical medical equipment. Interested vendors must submit capability statements by April 30, 2025, detailing their qualifications, including OEM authorization and certified personnel, to Eileen Meyer at eileen.meyer@va.gov.