Notice of Intent to Sole Source Service and Maintenance Agreement on the EP Lab System Pro, Micropace, and Angiojet Systems for Naval Medical Center Portsmouth
ID: 12278622Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, 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 Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Boston Scientific Corp for the service and maintenance of the EP Lab System Pro, Micropace, and Angiojet Systems at Naval Medical Center Portsmouth. This contract will cover a base year and four option years, with the base period running from October 1, 2025, to September 30, 2026, and is valued at approximately $435,916.70. The services are critical as Boston Scientific Corp is the only provider authorized to deliver OEM service and maintenance for these systems, ensuring operational efficiency and compliance with medical equipment standards. Interested parties may submit evidence supporting competition to the Contract Specialist, Lisa Wilk, at lisa.c.wilk.civ@health.mil, but the government will not be responsible for any costs incurred in responding to this notice.

    Files
    No associated files provided.
    Similar Opportunities
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    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.
    Notice of Intent to Sole Source - Annual Preventive Maintenance (PM) services - United States Naval Hospital Okinawa (USNHO)
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to Hologic Japan Inc. for annual preventive maintenance (PM) services for Government-owned Hologic equipment at the United States Naval Hospital Okinawa (USNHO) in Japan. These services are critical for maintaining the performance of the Hologic Panther Laboratory nucleic acid test equipment, ensuring accurate results, compliance with regulatory standards, and supporting patient care decisions. Hologic Japan Inc. is the sole Original Equipment Manufacturer (OEM) authorized to provide these services, as confirmed by market research. Interested vendors may submit capability statements to challenge the sole-source basis by December 10, 2025, at 8:00 AM Pacific Daylight Time to Ashley Hodge at ashley.n.hodge4.civ@health.mil.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Buyer not available
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    J065--Celient Automated Cell Block Processing Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking to award a sole source contract for maintenance and repair services of the Celient Automated Cell Block Processing Service at the Salem VA Medical Center. The procurement is aimed at ensuring the operational efficiency of this specialized medical equipment, which is crucial for processing cell blocks in laboratory settings. Hologic Sales and Service LLC has been identified as the only capable vendor for this service, and the acquisition will follow Simplified Acquisition Procedures under Other Than Full and Open Competition as per FAR 13.106-1 (b). Interested contractors are encouraged to express their interest and capabilities by contacting Kristine Woodbury at Kristine.Woodbury@va.gov within three days of this notice.