J065--Notice of Intent to Award a Sole Source Procurement - NATUS EMG Maintenance Services
ID: 36C25724Q0322Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole source contract to Natus Medical Incorporated for Equipment Maintenance Services, specifically Nicolet EDX/EMG Systems. These services are used for the maintenance and repair of medical equipment. The contract will have a base period of performance from 1 March 2024 through 28 February 2025. Natus Medical Incorporated is the only authorized service provider in the US for these services. This notice is not a request for quotations or proposals, but all responsible sources may submit a capability statement, proposal, or quotation for consideration. If no response is received within 7 days, the contract will be awarded to Natus Medical Incorporated. The statutory authority permitting other than full and open competition for this requirement is 41 U.S.C. 3304(a)(1), as implemented by FAR 6.302-1.

    Point(s) of Contact
    Vance FarrellContract Specialist
    (210) 694-6379
    vance.farrell@va.gov
    Files
    Title
    Posted
    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--Abiomed - Automated Impella Controllers Service Contract
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to negotiate a sole-source contract with Abiomed Inc. for the Automated Impella Controllers Service. This procurement is based on the determination that only Abiomed possesses the necessary capabilities to meet the specific requirements for maintaining critical medical equipment essential for patient care. The contract will be awarded under Simplified Acquisition Procedures and FAR 6.302-1, emphasizing the importance of ensuring efficient medical services while adhering to federal procurement regulations. Interested parties may submit capability statements to demonstrate compliance, with all inquiries directed to Contracting Officer Chad Kemper at chad.kemper@va.gov by April 28, 2025, at 2 PM EST.
    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 - 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.
    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.
    Annual Maintenance Service Contract for AXR confocal
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Nikon Instruments, Inc. for the annual maintenance service of the AXR confocal system, which includes a service agreement covering specific equipment and software updates. This maintenance is crucial for ensuring the operational integrity of the Nikon AXR confocal system, which is essential for research conducted by the National Institute on Deafness and Other Communication Disorders (NIDCD). The contract is set for a one-year coverage period from July 1, 2025, to June 30, 2026, and interested parties must submit their capability statements by 9:00 AM (Eastern Time) on May 1, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
    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.
    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.
    6515-- EEG System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a contractor to provide a brand-name EEG System, as outlined in their presolicitation notice. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is intended to enhance the VA's medical services for veterans. The contract will be performed at the Malcolm Randall VA Medical Center in Gainesville, Florida, with the solicitation expected to be posted within 24 hours and responses due by April 29, 2025, at 4:30 PM Eastern Time. Interested parties can reach out to Contracting Officer Cesar O. Sanchez-Amaro at Cesar.SanchezAmaro@va.gov or by phone at 407-719-5237 for further details.