J065--Intent to Sole Source Intellispace Critical Care and Anesthesia (ICCA) Configuration
ID: 36C26326Q0105Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Custom Computer Programming Services (541511)

PSC

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

    The Department of Veterans Affairs, specifically the Network Contract Office 23, intends to award a sole source contract to Philips for the reconfiguration of the Intellispace Critical Care and Anesthesia (ICCA) system at the VA Central Iowa Health Care System. This project aims to support the remodel of the Telemetry unit, requiring project management, network reconfiguration services, and system testing to ensure seamless integration with existing systems. The contractor must be Philips-certified and ensure 95% system operability, with the work expected to be completed between November 2025 and February 2026. Interested firms must submit their capability statements and supporting documentation by November 13, 2025, at 12:00 PM CST, to Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContract Specialist
    (319) 688-3631
    jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 23 (NCO 23) intends to award a sole source contract to Philips for reconfiguring the Intellispace Critical Care and Anesthesia (ICCA) system at the VA Central Iowa Health Care System (VACIHCS). This reconfiguration is for a new Telemetry unit. Philips is the proprietary license holder for Philips Patient Monitoring products. This notice is not a request for competitive quotes, but responsible firms believing they can meet the requirements may submit written notification and capability statements by November 13, 2025, at 12:00 PM CST. Submissions must include company information, SAM UEI number, address, point of contact, business size, and supporting evidence demonstrating ability to perform, including relevant corporate experience. Responses will be evaluated, but the decision to not compete the procurement remains at the government's discretion. The NAICS code for this acquisition is 541511.
    The VA Central Iowa Health Care System requires reconfiguration of its Intellispace Critical Care and Anesthesia (ICCA) system to support the remodel of the Telemetry unit on the third floor of Building 1W. This project involves project management, network reconfiguration services, and system testing. Key aspects include updating bed naming conventions, customizing the ICCA interface, and ensuring seamless integration with existing systems like Philips patient monitoring and VistA. The project is divided into Phase A (ICCA data and interface reconfiguration) and Phase B (final testing and inventory). The work is expected to be completed between November 2025 and February 2026, coordinating with a larger construction project. The contractor must be Philips-certified, have an established business with qualified staff, and ensure 95% system operability. Documentation, reporting, and quality control are also critical components of this project.
    Similar Opportunities
    6515--Illumena Neo radiopaque contrast delivery system VA Cincinnati Health Care System 539-26-1-043-0047
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting offers for the purchase of the Illumena Neo radiopaque contrast delivery system for the VA Cincinnati Health Care System. This procurement aims to replace and install two end-of-life systems that are critical for precise contrast injection during medical imaging, including the provision of pedestal units, installation, application training, and necessary supplies such as syringes and tubing. The acquisition is classified under NAICS code 334510 and is identified as a brand name justification due to the proprietary nature of the equipment. Responses to the solicitation, numbered 36C25026Q0150, are due by December 9, 2025, at 2:00 PM Eastern Time, and will be evaluated based on the Lowest Price Technically Acceptable methodology. Interested parties should contact Contracting Specialist Laura Poma at laura.poma@va.gov or by phone at 734-845-3523 for further information.
    J065--Intent to Sole Source Digital Signage Players and Displays P&MR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to AVI Systems, Inc. for digital signage players and displays. This procurement aims to renew an expired maintenance contract for Haivision Electronic CoolSign Preventive Maintenance services, which are crucial for directory and informational signage across the Veteran Affairs San Diego Health Care Services (VASDHCS) campuses. The decision to sole source is based on the need for continuity of services and the utilization of existing equipment, with the contract structured as a Base Plus Four Option Year agreement. Interested parties must demonstrate past performance experience and be authorized distributors of the Haivision equipment, with all inquiries and capability statements due by 12:00 PM Pacific Time on December 12, 2025, directed to Charity Cazee at Charity.Cazee@va.gov.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    NX- CX50 Win 10 Upgrade
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the NX-CX50 Win 10 Upgrade, a technology upgrade essential for enhancing ultrasound imaging capabilities at the VA Loma Linda Hospital. This procurement involves a contract awarded to Philips North America LLC, totaling $22,896.90, which underscores the importance of maintaining up-to-date medical imaging equipment for effective patient care. The contract was awarded on December 13, 2022, under solicitation number 36C26223N0223, and interested parties can direct inquiries to Mayra Barbosa at Mayra.Barbosa@va.gov for further details.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    Cardiolab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Cardiolab Equipment through the Network Contract Office 23, located in Iowa City, IA. This procurement falls under the category of imaging equipment and supplies for medical, dental, and veterinary use, highlighting the importance of advanced medical technology in providing quality care to veterans. Interested vendors should reach out to Shavokie Gibson at shavokie.gibson@va.gov for further details regarding the procurement process. The opportunity is classified as a Justification notice, indicating specific sourcing requirements that may limit competition.