J066--Thermofisher Genexus ION System Service Maintenance St. Louis VA Medical Center John Cochran Division 36C255-25-AP-1444
ID: 36C25525Q0278Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for a sole-source contract to Life Technologies Corporation for service maintenance of the Thermo Fisher Genexus ION system at the St. Louis VA Medical Center. The procurement aims to secure preventive maintenance services necessary for the operation of the Genexus ION purification system, which is critical for laboratory functions within the medical facility. Life Technologies, affiliated with Thermo Fisher Scientific, is the only organization authorized to provide these specialized services due to the proprietary nature of the equipment. Interested parties must respond via email to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov by 8:00 AM CST on April 8, 2025, providing evidence of their capability and an Authorization Service Letter from the OEM to be considered.

    Point(s) of Contact
    Erika KobulnickyContracting Specialist
    (913) 758-9925
    Erika.Kobulnicky@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for a sole-source contract to Life Technologies Corporation for service maintenance of the Thermo Fisher Genexus ION system at the St. Louis VA Medical Center. This notice indicates the intent to negotiate a Firm Fixed Price contract, citing the proprietary nature of the equipment and the exclusive capabilities of Life Technologies, which is affiliated with Thermo Fisher Scientific. The contract will focus on preventive maintenance services necessary for the operation of the Genexus ION purification system. Responses from interested parties are invited via email, although this is not a request for competitive proposals. Interested vendors must provide evidence of their capability and an Authorization Service Letter from the OEM to be considered. The final decision regarding competition for the contract rests with the government, which retains discretion on the matter. The document is structured as a standard federal procurement notice and emphasizes the technical requirements associated with the maintenance of specialized equipment at the medical facility.
    Similar Opportunities
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    Sources Sought - GE Venue Go R4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 17, is seeking responses for a Sources Sought Notice regarding the acquisition of a Venue Go R4 Focus Package and associated probes for the Amarillo VA Medical Center's CathLab. This procurement aims to enhance the capabilities of physicians in detecting arterial blockages through the provision of a Venue Ultrasound Unit, which will include all necessary system components for echocardiographs and interventional studies, adhering to relevant guidelines during installation. Interested parties must submit their responses by December 16, 2025, at 10:00 AM CT, including essential business information and an authorization letter from GE Precision Healthcare Ultrasound Systems, with inquiries directed to Rafael Rodriguez at Rafael.Rodriguez2@va.gov or (254) 560-0262.
    6640--Sources Sought: Chemistry Cost Per Reportable Result (CPRR) and Automation System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the Network Contracting Office 8 (NCO 8), is seeking qualified sources for a Chemistry Cost Per Reportable Result (CPRR) and Automation System to be utilized at the Bay Pines VA Healthcare System and the Lee County VA Healthcare Center in Florida. The procurement aims to acquire analyzers, software, reagents, consumables, and training necessary for a comprehensive laboratory automation system that meets specific technical specifications and integrates with existing equipment. This system is crucial for enhancing laboratory efficiency and ensuring compliance with regulatory standards, emphasizing performance metrics such as uptime guarantees and technical support. Interested parties must submit their responses, including company details and qualifications, to Moneque Rodriguez at moneque.rodriguez@va.gov by 3:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not obligate the government to award a contract.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    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.
    6515--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.