J065--Neptune Equipment Maintenance Service - Base plus four
ID: 36C25725Q0443Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, 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
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs (VA) intends to award a sole source contract for Neptune Equipment Maintenance Services to Stryker Corporation, specifically for the South Texas VA Health Care System. This contract will cover specialized maintenance for biomedical engineering equipment, which is uniquely provided by Stryker, and spans a base year from May 1, 2025, to April 30, 2026, with four optional years extending to April 30, 2030. Interested parties who believe they can meet the requirements are invited to submit supporting evidence, including authorization letters from the Original Equipment Manufacturer (OEM), to the Contract Specialist, Teresa Arzola, at Teresa.Arzola@va.gov by April 11, 2025, at 9:00 AM CST. The VA emphasizes that responses will be evaluated, but the decision to not compete the procurement is solely at the government's discretion.

Point(s) of Contact
Teresa ArzolaContract Specialist
(210) 740-3729
Teresa.Arzola@va.gov
Files
Title
Posted
Mar 31, 2025, 5:06 PM UTC
The Department of Veterans Affairs (VA) intends to award a sole source contract for Neptune Equipment Maintenance Services to Stryker Corporation, serving the South Texas VA Health Care System. This contract spans a base year from May 1, 2025, to April 30, 2026, with four optional years extending to April 30, 2030. The contract falls under NAICS Code 811210 and involves specialized maintenance for biomedical engineering equipment that only Stryker can provide. As per FAR 13.106-3(b)(3)(i), the VA deems only one responsible source satisfies its unique requirements, based on market research. Though this notice is not a solicitation, interested parties believing they can meet the outlined requirements are invited to submit supporting evidence, including authorization letters from the Original Equipment Manufacturer (OEM). Responses must be sent to the Contract Specialist by 9:00 AM CST on April 11, 2025, for consideration. The VA emphasizes that any received information will not incur costs to the government and that a decision against competition is at the government's discretion.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
HD Flex CystoNephro Videoscope Lease/Service Agreement
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
6515--NX EQ Stretcher Chairs Non-Powered (VA-25-00057242)
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of Stryker Stretcher Chairs Non-Powered from Trillamed LLC, as outlined in solicitation number 36C10G25Q0069. The procurement includes not only the stretcher chairs but also auxiliary equipment such as mattresses and IV poles, with specific salient characteristics ensuring functionality and safety for patient transport. These stretcher chairs are designed to enhance efficiency in limited spaces by allowing for seamless transitions between stretcher and chair configurations, thereby reducing the need for patient transfers. Interested parties are encouraged to express their capability to respond to this procurement by May 9, 2025, with inquiries directed to Contract Specialist Anthony Zibolski at anthony.zibolski@va.gov or by phone at 240-215-0598.
J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.