DA10--Corrective Action Reported for Compliance Notice of Intent to Sole Source Base and Option Years Concerning RFQ 36C25922Q0359
ID: 36C25925Q0248Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Becton, Dickinson and Company for software and maintenance services related to the FACSLyric Flow Cytometry System. This procurement includes the FACSLink Base Software, interface connection licenses, middleware implementation, and ongoing maintenance support, extending from June 10, 2022, through June 9, 2026. The proprietary nature of the software necessitates that only the manufacturer, Becton Dickinson, can provide the required support and maintenance, highlighting the importance of reliable supplier relationships in health services. Interested parties are invited to express their capabilities and interest by February 28, 2025, and should contact Contract Specialist Phoebe Farmer at Phoebe.Farmer@va.gov or 405-456-3685 for further information.

    Point(s) of Contact
    Phoebe FarmerContract Specialist
    (405) 456-3685
    Phoebe.Farmer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson and Company for specific software and maintenance services related to the FACSLyric Flow Cytometry System. This procurement includes FACSLink Base Software, interface connection licenses, middleware implementation, and ongoing maintenance support over a period extending from June 10, 2022, through June 9, 2026. As the sole manufacturer of this proprietary software, Becton Dickinson is uniquely positioned to provide compatible support and maintenance. The notice, issued in accordance with federal regulation FAR 13.106-1(b), invites interested parties to express their capabilities and interest by February 28, 2025. Responses must demonstrate the ability to meet the specified requirements. The notice indicates that the government's decision to proceed with a competitive quote or not will be based on received responses. The procurement is categorized under NAICS Code 334516, specific to manufacturing. This document encapsulates the VA's approach to ensuring proper procurement processes for essential technological needs, emphasizing compliance and the necessity for reliable supplier relationships within health services.
    Similar Opportunities
    J065--BD Pyxis Service
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source firm fixed-price contract for maintenance services of BD Pyxis equipment and software, crucial for the Veterans Integrated Service Network (VISN) 23. The contract, identified under Solicitation Number 36C26325Q0468, requires comprehensive maintenance, including preventive services, repairs, and software updates, to ensure the Pyxis medication dispensing systems operate in compliance with manufacturer standards and safety regulations. This service is vital for maintaining effective medication dispensing systems within VA healthcare facilities, emphasizing safety, efficiency, and regulatory adherence. Interested vendors may submit capability statements to the Contract Specialist, Emanuel Nevarez, at emanuel.nevarez@va.gov or by phone at (320) 255-6354 for consideration, as this notice serves to inform for transparency and does not imply a solicitation for competitive quotes.
    J065--Carefusion Pyxis
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 07, intends to award a Sole Source contract to CareFusion Solutions, LLC for the installation and maintenance of MedStation equipment and support for BD CareFusion Pyxis Systems at the Central Alabama Veterans Health Care System. This procurement requires that all services be performed by manufacturer-trained technicians, as CareFusion is the only authorized provider for these specific products. The contract is crucial for ensuring the operational integrity of medical equipment used in veteran healthcare, with the performance period set from April 1, 2025, to March 31, 2026. Interested parties must submit inquiries and capability statements to Contract Specialist Khalil Al-Amin at khalil.al-amin@va.gov by March 6, 2025, to be considered for this opportunity.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    7A20--VISTA Chemotherapy Manager and ITM Expansion & Support - Base Plus 4 Option Years- VISN 12 Locations
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Document Storage Systems Inc. for the VISTA Chemotherapy Manager and Infusion Therapy Manager (ITM) at VISN 12 locations. This procurement aims to provide a web-enabled software application that standardizes treatment protocols for infusion care, automates infusion management, and enhances organizational efficiencies while reducing costs associated with chemotherapy administration. The upgrade is critical as the current VCM systems are nearing end-of-life, and the new ITM will expand services to two additional medical centers under a firm fixed-price contract comprising one base year and four optional years. Interested firms are invited to submit their capability statements by March 6, 2025, and should note that no competitive solicitation will be issued unless determined otherwise. For further inquiries, contact Michelle R Klug at michelle.klug2@va.gov or call 224-610-3248.
    6515--Bertec CDP/IVR Upgrades
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 8, is planning to award a sole-source contract to Melling Medical for upgrades to the Bertec CDP/IVR system at the James A. Haley Veterans Hospital. The contract, justified under FAR 13.106.1(b) due to Melling Medical's unique capabilities, includes critical enhancements such as the Head Shake Sensory Organization Test and Bertec Vision Advantage, which are essential for evaluating patients' balance and postural control. This initiative underscores the VA's commitment to improving patient care through advanced technology and specialized assessments, with installation and training for clinical staff included in the contract. Interested vendors must submit their capabilities by February 28, 2025, and the delivery and installation of the equipment are expected within 30 days after the award, accompanied by a one-year warranty. For further inquiries, contact Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    36C255-25-AP-0995 MiPACS Software Service & Support for VHA VISN 15
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking to procure service and support for MiPACS software under the solicitation number 36C255-25-AP-0995. This opportunity is designated as a sole source contract to Four Points Technology, LLC, due to the proprietary nature of certain software components, in accordance with FAR Part 13.5. The MiPACS software is critical for the Veterans Health Administration (VHA) within VISN 15, ensuring effective management and support of imaging services. Interested parties can direct inquiries to Teresa Cabanting at teresa.cabanting@va.gov or by phone at 913-946-1976, as this notice does not request quotes and emphasizes the government's discretion in not opening the procurement to competition.
    J065-- Manhattan Brainlab Curve Comprehensive Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contract for comprehensive service and maintenance of Brainlab and Curve Systems, specifically from Lovell Government Services. The contract will cover essential services such as repairs, part replacements, unlimited instrument exchanges for spinal and cranial accessories, and 24/7 support, ensuring compliance with manufacturer specifications. This procurement is vital for maintaining high-quality medical technology that supports veteran care, with the contract scheduled to run from May 1, 2025, to April 30, 2026, and a potential 14-month extension. Interested parties must provide technical information and proof of certification to service the equipment by February 28, 2025, and must be registered in the System for Award Management (SAM) to qualify. For further inquiries, contact Yasmin Moses at Yasmin.Moses@va.gov or call 718-584-9000 X8610.
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    DA10--Notice of Intent to Solicit and Award Sole Source Contract for PolyAnalyst Maintenance and Support Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to solicit and award a sole-source contract for the maintenance and support renewal of PolyAnalyst software, which is crucial for the National Center for Patient Safety (NCPS). This contract will cover a 12-month base period with four optional extensions, ensuring the continuity of essential software services that enable advanced data mining and analytics for patient safety reporting. PolyAnalyst is a proprietary tool that provides unique capabilities in text and data analytics, vital for generating reports and fulfilling information requests, with no equivalent alternatives available in the market. Interested parties can contact Contract Specialist Samuel Martinez Rodriguez at Samuel.Martinez.Rodriguez@va.gov or by phone at 848-377-5358 for further details.