2330--NOTICE OF INTENT TO SOLE SOURCE - CFort Replacement
ID: 36C24526Q0132Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Temporary Shelters (624221)

PSC

TRAILERS (2330)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to sole source the procurement of a Containerized Fold Out Rigid Shelter (C-FORT) unit to replace one that was destroyed in an accident. The VA plans to order a C-FORT 96 unit with a mobilizer from the original equipment manufacturer, Elite Aluminum, at an estimated cost of $498,995, to ensure uniformity in use, training, and operational familiarity among over 100 personnel currently trained on the existing units. The C-FORTs are critical for the Veterans Health Administration's Office of Emergency Management in responding to emergencies and supporting veteran care, and introducing a new system would incur significant retraining and adaptation costs exceeding $3 million. Interested parties may contact Contracting Officer Robert O'Keefe Jr. at robert.okeefejr@va.gov, with a response deadline set for December 11, 2025.

    Point(s) of Contact
    Robert O'Keefe Jr.Contracting Officer
    robert.okeefejr@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice for its intent to sole source the replacement of one Containerized Fold Out Rigid Shelter (C-FORT) unit. This unit, part of the Veterans Health Administration (VHA) Office of Emergency Management (OEM)'s fleet of 19, was destroyed in an accident. The VA plans to order a C-FORT 96 unit with a mobilizer from the original equipment manufacturer, Elite Aluminum, for an estimated cost of $498,995. The justification for a sole source award is based on maintaining uniformity in use, training, transportation, and user familiarity. Introducing a new system would incur significant costs exceeding $3 million for retraining over 100 personnel, adapting vehicles, and ensuring compatibility. Elite Aluminum holds patents and unique manufacturing processes, making it the only manufacturer capable of providing a unit with the exact specifications. This fixed-price purchase order contract will be awarded under FAR 6.302-1, with a response date of December 11, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Big Top Shelters by Big Top Manufacturing LLC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Big Top Shelters Manufacturing LLC for the procurement of prefabricated metal building components. This contract is being pursued under FAR 6.302-1, indicating that the goods are available from only one source, which highlights the specialized nature of the products required. The prefabricated metal buildings are crucial for various military applications, providing essential shelter solutions in diverse environments. Interested parties can direct inquiries to Morgan L. McDaniel at morgan.l.mcdaniel6.civ@us.navy.mil for further details regarding this opportunity.
    Q518--Residential Rehabilitation Treatment Program (RRTP) and Post-Traumatic Stress Disorder (PTSD) Treatment beds
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole source contract with Continuum of Care Inc. to provide Residential Rehabilitation Treatment Program (RRTP) and Post-Traumatic Stress Disorder (PTSD) treatment beds for Veterans. The contract, lasting three months, will cover essential services including room, board, and ambulatory transportation at the VA Connecticut Healthcare System’s Mental Health RRTP and PTSD Residential Rehabilitation Treatment Program. This procurement is critical for ensuring that Veterans receive specialized mental health services, and Continuum of Care Inc. was selected due to their existing relationship with the VA and their expertise in this area. Interested parties may contact the Contracting Officer, Portia Fredua-Agyemang, at Portia.Fredua-Agyeman@va.gov by December 9, 2025, at 10 AM EST for further inquiries, although the decision to pursue a competitive procurement will be at the discretion of the Contracting Officer.
    W023--650-26-1-4824-0007: Eagle Square Shuttle Lease (VA-26-00024413)
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for the lease of a 2018 Chevrolet Van to Autoflex Inc. for the VA Providence Healthcare System in Rhode Island. This procurement is essential for providing transportation services within the healthcare system and is authorized under FAR 6.302.1-1, which allows for contracting with only one responsible source. Interested vendors must be registered in SAM.gov and VetCert, with veteran-owned small businesses verified by the SBA, and should direct inquiries to Contracting Specialist Sebastian Freeze at sebastian.freeze@va.gov. The contract will have a one-year base period with two option years, fulfilling the requirements of FAR Part 5.101(a).
    6515-- O.R. Sterilizer Cases Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of specialized Arthrex OR Sterilizer Cases, essential for the proper reprocessing and sterilization of proprietary Arthrex surgical instruments used in orthopedic surgeries at the Albany VAMC. These sterilizer cases are specifically designed and validated by the manufacturer to ensure compliance with FDA regulations, Joint Commission standards, and VA policies, thereby safeguarding patient safety and preventing potential surgical delays due to improper sterilization or instrument damage. The estimated cost for this acquisition is $38,700, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563.
    6515--VIP Glenoid Reamer System Set Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of a VIP Glenoid Reamer System Set, essential for orthopedic surgical procedures at the Albany VA Medical Center. This system is specifically required to support total and reverse shoulder arthroplasty, ensuring compatibility with existing Arthrex implants and maintaining continuity of patient care. The Glenoid Reamer System is critical for precise preparation of the glenoid surface, which is vital for accurate implant placement and long-term surgical success, as no equivalent products are available that meet the facility's needs. The estimated contract value is $19,104.16, and interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or 585-393-8563 for further details, with a response deadline set for December 12, 2025.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    4520--Intent to Sole Source Notice: Water Heaters and Water Treatment Systems for the Castle Point VAMC.
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Robco Specialties, Inc. for the procurement of water heaters and water treatment systems for the Castle Point VA Medical Center. This contract, identified by Solicitation Number 36C24226Q0178, includes the acquisition of five Spirax Sarco RediHeat RH-60 units and five AquaSolve Water Treatment Systems, which are essential for maintaining the facility's operational efficiency and water quality. Interested parties capable of fulfilling the requirements are invited to submit detailed expressions of interest, including pricing and technical data, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov by December 8, 2025, at 16:00 EST. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), and the NAICS code for this opportunity is 333310, with a size standard of 1,000 employees.