J065--Intent to Sole Source: ROSA Knee System Robotic Knee Replacement Preventative Maintenance Visit
ID: 36C24125Q0318Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 intends to award a sole source contract to Zimmer US Inc. for a preventative maintenance visit for the ROSA Knee Robotic Knee Replacement System at the Providence VA Medical Center in Rhode Island. This procurement is necessary to ensure optimal performance of specialized medical equipment, which is critical for providing quality care to veterans. Interested vendors may submit their qualifications to the designated contact, Kurt Fritz, by March 19, 2025, but this is not a request for competitive proposals, and no solicitation is currently available. For further inquiries, vendors can reach Kurt Fritz at kurt.fritz@va.gov or by phone at 203-932-5711.

    Point(s) of Contact
    Kurt FritzContract Specialist
    (203) 932-5711
    kurt.fritz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Zimmer US Inc. for a preventative maintenance visit for the ROSA Knee Robotic Knee Replacement System. This procurement falls under the authority of FAR Part 13.106-1(b), allowing solicitation from a single source, as the products and services required are specialized. The contract will be executed through the Network Contract Office 1 on behalf of the Providence VA Medical Center. Interested vendors may respond by submitting qualifications to the designated contact, Kurt Fritz, by March 19, 2025, but this is not a request for competitive proposals, and no solicitation is currently available. The intent to sole source highlights the agency's determination to procure specific services deemed necessary for optimal system performance, while allowing for qualified competitors to present their capabilities if they believe they can meet the requirements.
    Similar Opportunities
    6515--MODUS X SEPG 367008 EER 207503
    Buyer not available
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm Fixed Price Order for the upgrade of the Synaptive Modus V robotic digital microscope system to the Modus X, specifically for the Portland VA Medical Center. This procurement is essential to ensure that the surgical equipment meets critical operational requirements, as the Modus X features advanced capabilities such as 3D zoom range, 4K cameras, and voice-controlled optics, which are vital for enhancing patient care during surgical procedures. Fidelis Sustainability Distribution LLC is the only authorized distributor for this proprietary technology, and the contract is anticipated to be awarded on March 13, 2025. Interested parties may contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922 for further information, noting that no competitive proposals will be solicited.
    Stryker Q Guidance System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Stryker Sales LLC for the procurement of the Stryker Q Guidance System, which is scheduled for April 1, 2025. This contract will provide the Ralph H. Johnson VA Medical Center with essential medical devices and software, including guidance systems, software licenses, generator components, and targeting devices, all of which must meet VA manufacturing standards. The Stryker Q Guidance System is critical for surgical applications, ensuring the delivery of high-quality medical care to veterans. Interested parties may submit documentation demonstrating their capabilities by March 21, 2025, at noon EST, and must be registered with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
    J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.
    Surgical Instrument Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Firm-Fixed Price contract focused on the maintenance of surgical instruments, with a specific emphasis on electronic and precision equipment repair. This procurement is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and is crucial for ensuring the operational readiness and reliability of medical equipment used in veteran care. Interested contractors should note that the Request for Quote (RFQ) will be released on or about March 13, 2025, with quotes due by March 20, 2025, at 11:00 am Central Daylight Time. For further inquiries, contractors can contact Betty Flores at veronica.flores@va.gov, and all relevant updates will be posted on the SAM website.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    Medtronic StealthStation Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract to Medtronic, Inc. for the maintenance of StealthStation and NIM Vital equipment at the Harry S. Truman Veterans Memorial Hospital in Columbia, Missouri. This procurement is necessary for service repair and hardware upgrades, as the equipment is proprietary and can only be serviced by the original equipment manufacturer, Medtronic, to avoid warranty voidance and additional costs. The contract falls under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million, and is not open for competitive quotes. Interested parties may submit a capabilities statement by March 19, 2025, to Betty Flores at veronica.flores@va.gov, as no solicitation will be available for competitive bidding.
    Endoscope Surgical Towers
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the procurement of multi-operating room Video Integration Systems and endoscope surgical towers, aimed at enhancing surgical procedures for veterans. This advanced equipment is designed to improve the safety, mobility, and accuracy of laparoscopic and arthroscopic surgeries, incorporating features such as ICG imaging and customizable surgeon profiles to optimize image capture and display. The RFQ is expected to be released around March 18, 2025, and interested businesses should direct inquiries regarding RFQ number 36C24W25Q00741 to Amelia Roberson at Amelia.Roberson1@va.gov or by phone at 254-278-6424.
    6515--Brand Name Only: STERIS V-Pro Max Low Temperature Sterilizers
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure two STERIS V-Pro Max 2 Low Temperature Sterilizers through a sole source justification, emphasizing the need for brand-name compatibility with existing equipment at the C.W. Bill Young VA Medical Center. This procurement, valued at approximately $323,000, is critical for maintaining operational efficiency and patient care, as the current sterilizers are beyond repair and the new units must meet specific technical requirements, including hands-free operation and electronic record keeping. The acquisition underscores the VA's commitment to providing high-quality care to veterans by ensuring reliable sterilization processes that align with current operational capabilities. Interested vendors can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details regarding the solicitation.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    6515--EQUIPMENT, TRUSYSTEM SURGICAL TABLES, Detroit
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure five TS7000 surgical tables for the John D. Dingell VA Medical Center in Detroit, Michigan, with an estimated total cost of $204,230.45. The procurement is classified as a brand-name only requirement due to the unique integration needs with existing Hill-Rom Baxter surgical robots, emphasizing the importance of advanced features such as anti-collision protection, intelligent sensor technology, and ergonomic design for surgical teams. This initiative reflects the VA's commitment to enhancing surgical capabilities and patient safety, with the contract set to be executed under simplified acquisition procedures. Interested vendors should contact Contracting Officer Percy Johnson at percy.johnson2@va.gov or 614-257-5534 for further details, and delivery is expected within 30 days from order acceptance.