Mikroscan Service and Support
ID: 36C26225Q0709Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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 Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the Mikroscan Service and Support contract, aimed at providing maintenance and support for Mikroscan SL5 robotic microscope systems across various facilities within VISN 22. The procurement includes essential services such as standard annual maintenance, software licensing, and compliance with manufacturer guidelines to ensure optimal equipment performance and adherence to health standards. This contract is critical for maintaining healthcare technology for veterans, ensuring that the equipment remains reliable and compliant with Joint Commission requirements. Interested vendors must submit their proposals by April 9, 2025, at 10 AM PDT, and can direct inquiries to Clift Domen at Clift.Domen@va.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 9:08 PM UTC
The document is a combined synopsis and solicitation notice for Mikroscan Service and Support by the Department of Veterans Affairs (VA). Issued under solicitation number 36C26225Q0709, the RFQ seeks proposals for services related to Mikroscan systems across various locations within VISN 22. The submission deadline is April 9, 2025, at 10 AM PDT, and all proposals must be sent via email to the designated contact, Clift Domen. Bidders are required to provide detailed information adhering to specified criteria, demonstrating compliance with the salient characteristics of the service offered. Submissions must include company details, relevant past performance references, and assurances that products are not gray market items. The evaluation will focus on the lowest priced quotations that adhere to all requirements. The document outlines its adherence to federal acquisition regulations and emphasizes full and open competition in line with NAICS code 811210. It clearly states that any Gray Market items are unacceptable and establishes terms and clauses concerning contract execution, including options for increased quantity and service extensions. This solicitation reflects the VA's commitment to acquiring quality services while ensuring strict compliance with procurement standards and regulations.
Apr 2, 2025, 9:08 PM UTC
The document is an amendment to a federal solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 22. The primary purpose of this amendment is to update certain specifications related to the solicitation number 36C26225Q0709. Key changes include the removal of the Phoenix location and associated devices from the attachments, as reflected in the updates to Attachments A and B. Additionally, the quantities specified in Contract Line Item Numbers (CLIN) have been modified: CLIN 1 has been adjusted from 11 to 9 units, while CLIN 2 has decreased from 55 to 45 units. The amendment emphasizes the importance of acknowledging receipt prior to the due date to avoid rejection of offers, ensuring compliance with federal contracting protocols. Overall, this document serves as a critical update to contractors engaged with the VA, clarifying requirements and timelines pertinent to their proposals.
Apr 1, 2025, 3:06 PM UTC
The document outlines a Request for Proposal (RFP) related to the procurement of annual service and support for Mikroscan products, specifically the SL5 System and the Splashtop Remote Software License. It details items including their brand names, manufacturer part numbers, and salient characteristics that must match specifications outlined in an attachment. Contact details for the bidding company, including name, address, and phone number, are requested along with a unique entity identifier (UEI#). Additionally, the document seeks information regarding contract references, period of performance, and referral points of contact. Overall, the RFP emphasizes the need for equivalent service and support while ensuring compliance with specific capabilities and deliverables required by the government entity. This document is part of the standard procedure for sourcing services aligned with federal and local government initiatives.
Apr 1, 2025, 3:06 PM UTC
The Statement of Work outlines the responsibilities and requirements for a contractor to provide licensing, preventive maintenance, and repair services for Mikroscan SL5 robotic microscope systems across six Veterans Affairs facilities in VISN 22 from April 15, 2025, to April 14, 2026. The contractor must ensure that the equipment is maintained per manufacturer standards, conduct preventative maintenance as outlined, and provide technical support, including remote software licenses. Service inspections must occur within one business day of a reported issue, with repairs completed onsite within 72 hours. Additionally, the contractor is responsible for supplying all replacement parts at no cost to the government. The contract emphasizes the need for qualified personnel, a neat presentation, and strict adherence to safety and reporting procedures. Work hours are defined, and special protocols are in place for after-hours services. Overall, the document highlights the VA's commitment to maintaining operational efficiency in healthcare equipment while ensuring high-quality service to support medical professionals in delivering care. The structure of the document is clearly laid out in sections addressing scope, performance requirements, maintenance, personnel qualifications, and responsibilities, providing a comprehensive framework for the contracting process.
Apr 2, 2025, 9:08 PM UTC
This document outlines the Request for Proposals (RFP) for service and support related to the Mikroscan SL5 System. It includes a list of required services and products, such as standard annual service, the Splashtop Remote Software License, and details regarding equivalent brand specifications. Key components of the document include a section for bidder information, including the company's name, address, contact details, and unique entity identifier (UEI). The document emphasizes the need for compliance with salient characteristics to ensure all offered products meet the necessary requirements. This RFP aims to solicit qualified vendors for service contracts, reinforcing federal standards while outlining the procurement process for federal and state/local agencies.
Apr 2, 2025, 9:08 PM UTC
The government document outlines the Statement of Work (SOW) for a contract involving the maintenance and licensing of Mikroscan SL5 robotic microscope systems across various Veterans Affairs (VA) facilities in VISN 22. The contractor is responsible for providing labor, materials, tools, software licenses, and preventative maintenance services for these systems within a specified period from April 15, 2025, to April 14, 2026. Key responsibilities include conducting preventative maintenance in accordance with manufacturer guidelines, providing repairs within set response times, and supplying necessary parts at no cost to the government. The contractor must ensure the equipment remains in optimal working condition, meet Joint Commission requirements, and submit detailed service reports for record-keeping. Work is to be performed Monday through Friday, with additional provisions for after-hours services requiring prior approval. The contractor’s personnel must be fully qualified Field Service Engineers, and all staff must adhere to conduct guidelines while on-site. This contract demonstrates the government’s commitment to maintaining healthcare technology for veterans, ensuring the equipment's reliability and compliance with health standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6640--OKC Clinical Pathology Microscope Purchase
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking information from vendors regarding the procurement of one Olympus BX46 microscope or an equivalent model for the Oklahoma City VA Medical Center. The procurement requires a microscope that meets specific technical characteristics, including a 6-position nosepiece, user-changeable objectives, precise focusing adjustments, and a high-intensity LED lamp, which are essential for various laboratory applications in healthcare settings. Interested vendors are encouraged to submit their company information, business size status, and evidence of capability to meet the requirements by April 30, 2025, to Contract Specialist Devin Reichert at Devin.Reichert@va.gov. This notice serves as a sources sought inquiry and is not a request for proposals.
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.
Mobile MRI Trailer and Technician
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a mobile MRI unit and associated technologist services at the Austin Outpatient Clinic in Texas. The procurement requires the contractor to provide a fully operational 1.5T MRI unit along with skilled technologists for a base period of 12 months, with the option to extend for four additional years. This initiative is crucial for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and maintaining high standards of patient safety and data confidentiality. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, at 12:00 PM CST, and can direct inquiries to Contracting Officer Oneka Robertson at oneka.robertson@va.gov or by phone at 210-992-4129.
Vitek Lab Analyzers Replacement - VISN 23
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Vitek Lab Analyzers within the VA Midwest Health Care Network (VISN 23). This procurement aims to upgrade existing microbiology equipment to enhance patient care and laboratory efficiency by providing advanced microbial identification and blood culture analyzers. The selected contractor will be responsible for delivering brand new equipment, installation support, staff training, and a one-year warranty, ensuring compliance with FDA approval and industry standards. Interested contractors must submit their quotes via email to Contract Specialist Amanda Patterson-Elliott by May 19, 2025, with technical questions due by May 12, 2025.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
Preventative Maintenance Drug Processing
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified service providers to conduct Preventative Maintenance Inspection (PMI) and intervening service calls for its Government Owned ScriptPro Dispensing System at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with Original Equipment Manufacturers (OEM) standards, utilizing OEM-standard parts and adhering to a structured reporting system for service activities and parts replacement. This initiative is critical for maintaining operational efficiency and high service quality within the VA's healthcare delivery systems. Interested vendors must submit documentation of OEM authorization, business size, and past experience by April 28, 2025, to the primary contact, Katharine Robert, at katharine.robert@va.gov or by phone at 520-001-6670.
J065--Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services- Greater Los Angeles VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative maintenance, inspection, and repair services for Shimadzu equipment at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing comprehensive maintenance services, including unlimited technical support, on-site response within 48 hours for unresolved issues, and preventive maintenance to ensure the equipment operates at peak performance. This procurement is critical for maintaining the functionality of essential medical equipment, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotes by May 5, 2025, and direct any inquiries to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov.
6515--NX EQ Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)
Buyer not available
The U.S. Department of Veterans Affairs is soliciting proposals for the procurement of Horizontal Endoscope Drying and Storage Cabinets, under solicitation number 36C10G25R0015. The objective is to enhance patient care by ensuring effective drying and storage of endoscopes, which are critical for preventing bacterial transmission and hospital-acquired infections. These cabinets must meet specific salient characteristics, including compliance with AAMI and AORN standards, and will be utilized across VA medical centers nationwide. Interested vendors must submit their proposals by May 1, 2025, at 5:00 PM Eastern Time, and can contact Contract Specialist Michael Andrews at michael.andrews6@va.gov or 678-428-5319 for further information.
J065--REQUEST FOR QUOTES PREVENTATIVE MAINTENANCE FOR ENTIRE FLEET OF PHOROPTERS WASHINGTON DC VA MEDICAL CENTER 688-25-2-952-0387
Buyer not available
The Department of Veterans Affairs is soliciting quotes for preventative maintenance services for its fleet of phoropters at the Washington DC VA Medical Center. The contract, valued at approximately $34 million, requires comprehensive maintenance services for 25 phoropters, ensuring compliance with manufacturer guidelines and regulatory standards. This initiative underscores the importance of maintaining high-quality medical equipment to support the healthcare needs of veterans. Interested vendors should submit their quotes by May 2, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at patricia.thai@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.