Notice of Intent to Sole Source
ID: 36C24725Q0454Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contract Office 7, intends to award a sole source contract to Nihon Kohden America, LLC for the procurement of eight PSG-1100 amplifiers equipped with EtCO2 technology. This equipment is crucial for assisting clinicians in diagnosing sleep disorders, as the embedded EtCO2 monitoring is essential for conducting effective sleep studies. The PSG-1100 amplifiers are compatible with the existing Nihon Kohden sleep acquisition system used at the Atlanta VA Medical Center, and switching to another manufacturer would significantly increase costs for the government. Interested organizations may submit their capabilities statements and qualifications electronically to Jeremy Calligan at jeremy.calligan@va.gov by 12:00 noon EST on March 17, 2025. This notice is not a solicitation, and the government is under no obligation to award a contract based on the responses received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    DA10--FY26 SERVICE - SPACELABS SUPPORT CONTRACT (1X)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Spacelabs Healthcare LLC for software support of the Spacelabs telemetry system, known as the Intesys Clinical Suite (ICS), at the Syracuse VA Medical Center. This contract encompasses 24/7 support, remote diagnostic assistance, annual performance updates, and discounted post-implantation interface support, which are critical for maintaining the functionality and reliability of the telemetry system used in patient care. Interested firms that believe they can meet these requirements may submit written notifications with supporting evidence by December 24, 2025, at 12:00 p.m. EST to Taylor Richter at Taylor.Richter@va.gov. The government reserves the right to proceed with the sole source award if no suitable responses are received.
    Home Sleep Apnea Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    SLEEP STUDIES CLE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    6515--Philips Xper Cardiology and Hemodynamics Upgrade PR: 537-26-1-969-0019
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Health Care System, is seeking authorized distributors for the upgrade of the Philips Xper Cardiology and Hemodynamics system at the Jesse Brown VAMC in Chicago, IL. This procurement involves providing all necessary labor, materials, and expertise to enhance the existing system in two Cath labs and nurse stations, ensuring compatibility with the new Federal Electronic Health Record (FEHR), Oracle Health, and transitioning patient identifiers from Social Security Numbers to the Enterprise Data Interchange Patient Identifier (EDIPI). Interested vendors must demonstrate their authorized distributor status from the Original Equipment Manufacturer (OEM) and submit relevant company information by January 7, 2026, at 10:00 AM Central Time, to Rebecca Picchi at rebecca.picchi@va.gov.
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    J065--BD Carefusion Support | Base 4 OY's Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10 in Cincinnati, Ohio, intends to negotiate a sole source, Firm-Fixed Price Contract with Carefusion for an Alaris Software Service Agreement. This procurement is aimed at supporting the Cincinnati VA Medical Center and is being conducted in accordance with FAR Subpart 13.2. The Alaris Software Service Agreement is crucial for maintaining the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements or quotations by December 24th at 8:00 a.m. Eastern Time to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Veterans Affairs, Department Of
    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.