J065--Intent to Sole Source Accuray Cyberknife Maintenance James A. Haley Veterans' Hospital
ID: 36C24825Q0075Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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, specifically the James A. Haley Veterans' Hospital, intends to negotiate a sole source contract for the maintenance of its Cyberknife robotic radiosurgery and Accuray Precision treatment planning system with Accuray Inc. This procurement is justified under FAR 6.302-1, as the proprietary nature of the equipment requires specialized knowledge for effective service and training, which are critical for ensuring high-quality patient care. The maintenance services will be conducted at the VA Medical Center located in Tampa, FL, and interested parties who believe they can meet the requirements must submit their capabilities by 11:00 AM EST on October 30, 2024. For further inquiries, interested vendors can contact Contract Specialist Katrina Tavares at katrina.tavares@va.gov or by phone at 813-729-3586.

    Point(s) of Contact
    Katrina TavaresContract Specialist
    (813) 729-3586
    katrina.tavares@va.gov
    Files
    Title
    Posted
    The James A. Haley Veterans' Hospital intends to negotiate a sole source award for the maintenance of its Cyberknife robotic radiosurgery and Accuray Precision treatment planning system with Accuray Inc. This decision is based on FAR 6.302-1, asserting that only one responsible source can satisfy the contract requirements due to the proprietary nature of the equipment, which necessitates specialized knowledge for service and training critical for patient care. The local VA Medical Center, located in Tampa, FL, is the primary site for this system. Interested parties who believe they can meet the maintenance requirements are invited to express their interest and submit capabilities by October 30, 2024. However, this notice does not constitute a formal request for quotations, and responses will be evaluated at the discretion of the contracting office. If no alternative capable vendors respond, the contract will proceed with Accuray Inc. for the maintenance service. This notice underscores the VA's commitment to providing high-quality healthcare through specialized support for advanced medical technologies.
    Similar Opportunities
    J065--Stryker Mako Surgical Robot Full Service Preventative Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract for the full-service preventative maintenance and repair of the Stryker Mako Surgical Robot at the Wilkes-Barre VA Medical Center. The contract will cover a base year with four optional years and aims to ensure the operability and safety of the robotic system through semi-annual preventative maintenance and timely corrective services. This maintenance is critical for the continued functionality of medical systems used in surgical services, ensuring compliance with manufacturer specifications and federal regulations. Interested parties must submit their capability information by 11:00 AM ET on October 28, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source - Extend Services for N6264520P0002 - Maintenance for Varian Linear Accelerator System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. for the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems. This contract is essential for ensuring compliance with OEM specifications and maintaining high operational standards for medical equipment used in Radiology, including adherence to U.S. Navy and Joint Commission standards. The contract, structured as a firm, fixed-price agreement, will cover services from November 1, 2024, to April 30, 2025, with an option for an additional period, and interested parties must submit capability statements by November 12, 2024, to demonstrate their qualifications. For further inquiries, contact Christine Russman at christine.l.russman.civ@health.mil or Jacqueline M. Mendoza at jacqueline.m.mendoza.civ@health.mil.
    J065--Fayetteville VAMC Intent to Sole Source for Carl Zeiss Meditec Microscope Systems Service Plan
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 6, intends to negotiate a sole source contract with PROAIM Americas, LLC for the maintenance service of Carl Zeiss Meditec Microscope Systems at the Fayetteville VA Medical Center in North Carolina. This procurement is necessary due to the proprietary nature of the equipment, as PROAIM Americas is the only authorized service provider confirmed by the manufacturer. The contract will cover the period from October 28, 2024, to October 27, 2025, with the possibility of three additional option years, and is justified under FAR 13.106-1(b)(2) for soliciting from a single source. Interested businesses may submit written evidence of their capabilities by the deadline of 12:00 pm EST on October 28, 2024, with an estimated contract value of $34 million. Inquiries should be directed to Cleveland Wynne at Cleveland.Wynne@va.gov.
    J065--Base YR (02/01/2025-01/31/2026) + 2 OYs MKE and Hines Medtronic CryoConsole Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for the maintenance and repair of cryo-console equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Edward Hines, Jr. VA Hospital in Hines, IL. This procurement is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, emphasizing that only Medtronic qualifies due to Original Equipment Manufacturer (OEM) requirements. The contract will ensure high-quality service and compliance, as all items must be new and sourced directly from the OEM or authorized distributors, with strict prohibitions against used or counterfeit products. Interested vendors must submit documentation demonstrating compliance by 10:00 AM CDT on October 31, 2024, to Eileen Meyer at eileen.meyer@va.gov, as no solicitation documents will be available and telephonic inquiries will not be accepted.
    J065--FY25: Canon Radiographic Equipment Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO-8), intends to issue a single-source procurement for maintenance and repair services of Canon radiographic diagnostic imaging medical equipment. The contract will be awarded exclusively to Canon Medical Systems USA Inc., the original equipment manufacturer (OEM) and authorized service representative, due to the proprietary nature of the equipment. This procurement is critical for ensuring the operational integrity of essential medical imaging equipment used in veteran healthcare services. Interested parties may challenge the sole source designation by providing compelling evidence of their capabilities, with responses due by October 30, 2024, at 10:00 AM AST. For further inquiries, contact Contract Specialist Aurea Gonzalez at Aurea.Gonzalez@va.gov or by phone at 787-641-7582 Ext. 34954.
    J065--Notice of Intent to Sole Source - Vision RT Services Albany VA Medical Center, Albany, NY Base Plus 4 Options
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Vision RT, Inc. for specialized Vision RT Services at the Albany VA Medical Center in Albany, NY, covering a base period plus four option years. The contract will focus on preventative maintenance, corrective repairs, and updates for specific medical equipment, ensuring adherence to manufacturer specifications and providing necessary technical support and replacement parts. This procurement is crucial for maintaining the operational integrity of medical equipment used in veteran care, with the NAICS code 811210 indicating a monetary threshold of $34 million for these services. Interested vendors, particularly service-disabled veteran-owned and small businesses, must submit their capabilities to the contracting officer, Julie Monagan Barnard, via email by November 4, 2024; however, no funding is currently available for this effort.
    J065--INTENT TO SOLE SOURCE TO Advanced Sterilization Products Services, Inc. Sterrad Maint Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Advanced Sterilization Products Services, Inc. for maintenance services of the Sterrad NX sterilization system at the St. Cloud VA Health Care System. The procurement requires comprehensive preventative and corrective maintenance, including labor, tools, and materials, while adhering to manufacturer-specific protocols to ensure optimal equipment functionality and patient care quality. This maintenance is critical as Advanced Sterilization Products Services, Inc. is the sole provider for the Sterrad NX system, and no other vendors are authorized to perform these services. Interested vendors may submit capability statements to the contracting specialist, Christi Melendez, at Christi.Melendez@va.gov, with the subject line indicating the response to the maintenance agreement. No competitive solicitation will be issued, and the agency retains discretion regarding the procurement process.
    J065--Tecniplast Platinum Service preventative maintenance and repair services for the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Regional Procurement Office East, intends to award a sole source Firm-Fixed-Price contract to Tecniplast USA, Inc. for preventative maintenance and repair services of the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System. The contract will encompass Tecniplast Platinum Service, which includes two annual preventive maintenance visits, unlimited emergency service, and annual training for VA staff, ensuring the operational efficiency of critical medical equipment. Interested parties may submit a capability statement demonstrating their ability to fulfill the requirements outlined in the attached Statement of Work, with submissions due by 4:30 PM Eastern Time on November 11, 2024. All inquiries should be directed to Contract Specialist Karly Gabrysiak via email at Karly.gabrysiak@va.gov.
    J065--Notice of Intent to Sole Source - Bone Scanner Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a sole source contract for the maintenance service of a GE iDXA Bone Scanner, specifically with Alpha Source Inc. This procurement aims to ensure comprehensive maintenance coverage, including hardware, firmware, installation, and preventive maintenance, with a focus on timely technical support and adherence to specific performance schedules. The contract is crucial for maintaining the operational efficiency of diagnostic equipment essential to the VA's healthcare mission, with a firm-fixed-price structure spanning from December 2025 to December 2030. Interested vendors must submit their capability statements and relevant information to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by October 29, 2024, at 17:00 Mountain Time.
    J065--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.