J065 | Viewpoint Maintenance and Support
ID: 36C26125Q0346Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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) is seeking a contractor for the maintenance and support of the Viewpoint Wireless Temperature Monitoring System at the Southern Nevada Health Care System. The procurement includes comprehensive services such as hardware and software warranties, technical support, training, system monitoring, and calibration of NIST probes, all aimed at ensuring effective temperature management in pharmacy and laboratory settings. This contract is critical for maintaining a secure healthcare environment for veterans, emphasizing the importance of reliable temperature monitoring and technical support services. Interested parties may express their interest by contacting Gary Christensen at gary.christensen@va.gov by March 7, 2025, as the VA intends to sole source this contract to EOI, INC, due to their unique capability to fulfill the requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a Firm Fixed Price contract to EOI, INC, doing business as Medical Resources, for the annual support, maintenance, and recalibration of Viewpoint/Checkpoint temperature monitoring systems at the VA Southern Nevada Health Care System. This non-competitive acquisition is authorized under FAR regulations, citing that only one responsible source can fulfill the requirements. Interested parties may express their interest by emailing the contract specialist, Gary Christensen, by March 7, 2025, although verbal or facsimile responses are not accepted. If no viable responses are received, the VA will proceed with EOI, INC in negotiations. The summary emphasizes the non-competitive nature of the procedure, indicating the exclusive capability of EOI, INC to meet the specified needs of the institution while aligning with federal contracting standards and requirements.
    The Veterans Affairs Southern Nevada Healthcare System (VASNHS) requests a contract for the Viewpoint Wireless Temperature Monitoring System and associated services. This includes hardware and software warranties, technical support, training, system monitoring, and calibration of NIST probes for Pharmacy and Lab. Key tasks encompass extended warranties for hardware and software, unlimited support, automatic software updates, and continuous system performance monitoring. Additionally, the vendor will produce monthly reports to assist facility leadership in monitoring temperature management activities. The contract specifies performance during standard business hours, with provisions for after-hours work approved by the Contracting Officer. The contractor is responsible for compliance with VA safety standards, must provide qualified personnel, and manage expectations regarding service response times. The document outlines contractor responsibilities relating to security, records management, and complaint handling, alongside billing and payment procedures requiring detailed invoicing. Overall, this Statement of Work emphasizes the VA’s commitment to maintaining a secure, functional healthcare environment for veterans by ensuring proper temperature monitoring and related technical support services necessary for effective facility operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065 | Viewpoint Software Support and Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    6685--**Intent to Sole Source** Temperature Monitoring System Maintenance (CheckPoint & GEN4 Hardware) Dayton VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for the maintenance and upgrade of the temperature monitoring system at the Dayton VA Medical Center, specifically for CheckPoint GEN 4 hardware. This procurement aims to ensure the continued functionality and reliability of critical temperature monitoring equipment, which is essential for maintaining patient safety and compliance with medical standards. The contract is set to cover a performance period from May 1, 2025, to April 30, 2026, with the possibility of four optional yearly extensions, and interested vendors are invited to submit capability statements by March 5, 2025, to the Contract Specialist, Maggie Swetel, at margaret.swetel@va.gov.
    DE01--Auditorium Service Maintenance Agreement NOI
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 21, is seeking to negotiate a sole source contract for an Auditorium Service Maintenance Agreement to support the audio-visual system at the Veterans Affairs Southern Nevada Health Care System in North Las Vegas, NV. The selected contractor, Four Points Technology, LLC, must be a Crestron Certified partner and will provide a comprehensive service solution that includes proprietary licenses, routine maintenance, remote assistance, and a web-based operational interface for ticketing and updates, along with bi-annual site visits for system checkups and software updates. This contract is crucial for ensuring the operational efficiency of the audio-visual systems used in the facility, with the estimated contract period running from April 1, 2025, to March 31, 2026, and responses due by March 12, 2025. Interested parties can express their capabilities to the Contracting Officer, Larry Facio, at Larry.Facio@va.gov or by phone at 916-923-4553, noting that no financial compensation for proposals will be provided.
    6525-- Biosense CARTO 3 Mapping System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential vendors for the procurement of a Biosense CARTO 3 Mapping System, or an equivalent system, specifically for the Veterans Health Administration (VHA) VISN 21. This Sources Sought Notice aims to conduct market research to identify businesses capable of supplying this essential equipment for electrophysiology procedures, including mapping and radiofrequency ablation. The VA emphasizes the need for advanced technological solutions that include 3D mapping capabilities, real-time data functionality, and compatibility with existing systems to enhance veteran care. Interested vendors must submit a capability statement, past experience, business size, socio-economic status, and pricing information by March 7, 2025, to Mathew B. Czeshinski at Mathew.Czeshinski@va.gov or by phone at 559-231-1067. This notice serves as a market assessment and does not obligate the government to issue a solicitation or procure services.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    J091--Replace Automatic Tank Monitoring System (VA-25-00020405)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the replacement of the Automatic Tank Monitoring System at the Omaha VA Medical Center. The project encompasses the removal of the existing system, installation of new sensors and consoles, thorough testing, and training for onsite personnel, with the contract expected to run from March 3, 2025, to May 3, 2025. This initiative is part of the VA's commitment to enhancing healthcare infrastructure while prioritizing engagement with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to Contract Specialist Erica M. Miller at Erica.Miller5@va.gov or by phone at 319-688-3703.
    J065--ME-Abbott EnSite and Claris annual PM services POP B+2: 03/07/2025-03/06/2028 CS: Alan Perez
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Abbott Laboratories for annual preventive maintenance and technical support services for Abbott EnSite and Claris systems at the Puget Sound VA Medical Center. This contract, valued at up to $5 million, is justified under federal regulations due to Abbott's status as the original equipment manufacturer (OEM), which necessitates specialized services that comply with OEM specifications. The procurement process will not solicit competitive quotes, and communication will be limited to negotiations with Abbott following the close of the notification. Interested vendors must submit a capabilities statement to demonstrate their qualifications by contacting Alan C. Perez at Alan.Perez@va.gov.
    DA10--Vaultara License Renewal and Support for the Veterans Integrated Service Network (VISN) 20, Vancouver, WA Multiple sites within VISN 20
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide a one-year contract for the renewal and support of Vaultara software licenses for the Veterans Integrated Service Network (VISN) 20, which encompasses regions in Alaska, Idaho, Oregon, and Washington. The procurement aims to secure technical support, maintenance, and updates for a cloud-based imaging solution that facilitates data sharing among healthcare providers, thereby improving access to medical data for Veterans and healthcare professionals. Interested vendors must demonstrate their qualifications as Original Equipment Manufacturers (OEM), authorized dealers, or certified resellers, with a response deadline set for March 6, 2025. For further inquiries, vendors can contact Contracting Officer Jennifer Robles at jennifer.robles1@va.gov.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    J065--Biosense Webster Service Agreement | Base 1 OY Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source, Firm-Fixed Price Contract for a service agreement related to the Carto3 system with Biosense Webster, located in Diamond Bar, CA. This procurement aims to secure essential medical technology support for the Cincinnati VA facility, reflecting the specific needs of the Veterans Health Administration. The service agreement is crucial for maintaining and repairing medical equipment, ensuring that the VA can provide high-quality care to veterans. Responses to the official solicitation number 36C25025Q0354 are due by March 7, 2025, at 08:00 a.m. Eastern Time, and interested contractors can submit their capabilities statements to the contracting officer, Christopher T. Council, via email at Christopher.Council@va.gov.