R420--Copy of Amarillo Commission on Cancer
ID: 36C25725Q0221Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Professional Organizations (813920)

PSC

SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A) (R420)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole-source contract to the American College of Surgeons for accreditation services related to the Veterans Affairs Cancer Program (VACP) under the Commission on Cancer (CoC). This firm-fixed price contract will cover the period from February 28, 2025, to February 27, 2026, as the American College of Surgeons is the only organization capable of providing this national accreditation. This procurement is crucial for ensuring the quality and compliance of cancer care services within the VA system. Interested parties may submit capability statements within seven days of the notice publication; otherwise, the contract will proceed without further notice. For inquiries, contact Contract Specialist Gillian Hooge at gillian.hooge@va.gov or (210) 364-3724.

    Point(s) of Contact
    Gillian HoogeContract Specialist
    (210) 364-3724
    gillian.hooge@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding its intention to award a sole-source contract to the American College of Surgeons for the provision of accreditation services for the Veterans Affairs Cancer Program (VACP) under the Commission on Cancer (CoC). This firm-fixed price contract spans from February 28, 2025, to February 27, 2026. The American College of Surgeons is the only entity capable of offering this national accreditation, making the procurement a sole source under 41 U.S.C. 3304(a)(1). The notice specifies that this is not a request for quotations or proposals, but invites responsible sources to submit capability statements if they believe they can meet the requirements. If no qualified responses are received within seven days from publication, the contract may proceed without further notice. The document includes important contact information for the contracting office, deadlines, and other relevant details pertaining to this procurement process. This reflects the VA's adherence to regulations while ensuring quality accreditation for its cancer program services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DA10--TeraRecon Picture Archiving Computer System (PACS) Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to TeraRecon Inc. for the maintenance and support of the TeraRecon Picture Archiving Computer System (PACS) at the Philadelphia VA Medical Center (VAMC). This contract, effective from March 11, 2025, for a base year with four optional years, aims to ensure the continuous operability of the PACS, which is critical for storing diagnostic patient images. Key services required include software licensing, hardware and software support, and timely response to service calls based on the severity of issues encountered. Interested parties must submit capability statements demonstrating their qualifications by February 13, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    6515--Intent to Sole Source - Erbe Elektromedizin GmbH (BRAND NAME ONLY) Electrosurgical Systems
    Buyer not available
    The Department of Veterans Affairs intends to issue a sole source contract for Electrosurgical Systems, specifically requiring brand-name products from Erbe Elektromedizin GmbH, through its exclusive reseller, ProAim Americas, LLC. This procurement encompasses essential components for the operation of Electrosurgical systems, including the ErbeJet2 and VIO3 Electrosurgical Units, and is justified under federal guidelines due to the absence of competitive quotes from eligible suppliers. The estimated value of this contract is anticipated to be under $7.5 million, and interested parties are encouraged to submit their capabilities by the specified response date. For further inquiries, potential vendors can contact Contract Specialist LeTray Womble at letray.womble@va.gov or by phone at (813) 509-1707.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Z1DA--619-25-109, Correct Critical Sterile Processing Service (SPS
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Coburn Contractors, LLC for critical improvements to the Sterile Processing Service (SPS) at the Montgomery VA Medical Center. The contractor will address serious deficiencies in the SPS that threaten healthcare delivery by providing all necessary labor, materials, and supervision while coordinating with equipment vendors to minimize operational downtime. This procurement is justified under FAR 6.302-5 due to Coburn Contractors' familiarity with the facility and their successful track record in sensitive hospital environments. Interested parties may submit capability statements by February 7, 2025, to Margaret Yeaton at Margaret.Yeaton@va.gov, with the contract value classified under PSC Z1DA and NAICS code 236220, which has a small business size standard of $45 million.
    DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the supply of custom sterile surgical procedure packs for an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) across multiple Veterans Integrated Service Networks (VISNs). The contractor will be responsible for providing all necessary labor, materials, sterilization, transportation, and quality assurance to ensure compliance with federal, state, and local regulations while delivering these essential medical supplies. This procurement is critical for maintaining operational readiness and enhancing healthcare delivery for veterans, with a contract anticipated to be awarded as a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract over a five-year period, with a minimum guarantee of $175,000 and a maximum ceiling of $98.5 million. Interested offerors must register in the System for Award Management (SAM.gov) and submit their proposals by the specified deadline, with further details available on the SAM website.