J065--Q-Matic Service and Maintenance Agreement
ID: 36C24125Q0205Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.

    Point(s) of Contact
    Fred RevahContract Specialist
    (207) 623-8411
    frederic.revah1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This is not a solicitation for competitive proposals, as the contract will be a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement focused on maintenance and support within the VISN1 Healthcare System. The intent to restrict competition is justified under statutory provisions for service-disabled veteran-owned small businesses (SDVOSB), allowing the VA to procure services without soliciting offers widely. This approach follows the Simplified Procedures for Commercial Items and the specified legal framework under 41 U.S.C. and 38 U.S. Code. Parties interested in the contract have until February 14, 2025, to indicate their interest; however, the decision to proceed with the sole source award rests solely with the contracting officer. This notice emphasizes the VA’s commitment to supporting SDVOSBs while ensuring service continuity for their patient journey management systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--SOLE SOURCE NOTICE - SDV MEDICAL - SERVICE AND MAINTENANCE CONTRACT TABLO CONSOLE - BALTIMORE VA MEDICAL CENTER - 512-25-2-098-0369
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Notice for a Service and Maintenance Contract for the Tablo Hemodialysis machines at the Baltimore VA Medical Center, specifically awarded to SDV Medical, a verified Service-Disabled Veteran Owned Small Business (SDVOSB). The contract, referenced by solicitation number 36C24525Q0304, aims to ensure the operational integrity, performance, reliability, and safety of the hemodialysis units, with the awarded contractor responsible for providing all necessary parts and maintenance services. This procurement reflects the VA's commitment to supporting veteran-owned businesses while ensuring the availability of critical medical equipment services. Interested parties should note that the response deadline is February 18, 2025, at 10:00 AM Eastern Time, and for further inquiries, they can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411.
    Q301--NOI to sole source to CareDX
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for the procurement of specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will cover the AlloMap and AlloSure tests, which are essential for heart and kidney transplant assessments. The sole source award is justified under Federal Acquisition Regulation regulations, as only CareDx can provide the required brand-name items. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement, and all inquiries regarding the contract can be directed to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at (479) 443-4301 ext 66194.
    J065--INTENT TO SOLE SOURCE BD Max PM / REPAIR FOR CT2515
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source service contract for the preventive maintenance and repair of a BD Max device, specifically serial number CT2515, located at the VA Medical Center in Martinsburg, West Virginia. This contract is structured as a base year with four optional extension years, reflecting the critical need for specialized maintenance support that can only be provided by Becton, Dickinson and Company (BD), the sole provider of direct factory-trained service personnel for this equipment. The BD Max device is essential for medical operations, and the contract ensures compliance with strict ISO and Good Manufacturing Practices (GMP) for servicing, thereby safeguarding the operational integrity of the equipment. Interested parties should direct all communications to the contracting officer, Bradley Davis, at BRADLEY.DAVIS3@VA.GOV, with a response deadline set for February 17, 2025, at 9:00 AM Eastern Time.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Omnicell, Inc. for the maintenance and support of government-owned Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a one-year base period starting March 15, 2025, with options for two additional years, and will include comprehensive services such as maintenance, repairs, software updates, and technical support to ensure compliance with original equipment manufacturer standards. This procurement is critical for maintaining high standards of patient care through reliable equipment servicing, as Omnicell, Inc. is the only authorized provider for these services. Interested firms may submit written notifications of their capability to meet the requirements by February 19, 2025, at 2:00 PM ET, directed to Contract Specialist Lisa Harris via email at Lisa.Harris4@va.gov.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    J065--Notice of Intent to Sole-Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to The Chudy Group, LLC for a Service Agreement concerning the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This procurement is being conducted under Simplified Acquisition Procedures as outlined in FAR 6.302-1, which permits negotiations with a single responsible source when no other options can fulfill the agency's requirements. The specialized service is critical for the VA's operations, emphasizing the unique capabilities of the designated contractor. Interested parties may submit their capabilities for consideration, but all communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email at Jennifer.Nowak@va.gov. Responses are due by 2 PM EST on February 19, 2025, and it is important to note that the government will not compensate for any information submitted.
    6550--Intent to Sole Source Histology Reagents and Supplies
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for histology reagents and supplies, specifically for use in various VA medical facilities in Massachusetts and surrounding states, including the VA Boston Healthcare System and the VA Connecticut Healthcare System. The contractor will be responsible for providing these reagents on an as-needed basis, ensuring that inventory levels meet the specific requests of individual laboratories while adhering to detailed reporting obligations regarding purchases. This procurement is crucial for maintaining high standards of healthcare services for veterans, with compliance to federal privacy and security regulations emphasized throughout the contract. Interested parties may express their capability to fulfill the requirements, and responses are due by February 17, 2025. For further inquiries, contact Contracting Specialist Manases Cabrera at manases.cabrera@va.gov or by phone at 781-687-4418.
    J065--Base Year | PM SVC BIOMERIEUX LAB ANALYZERS WD Exempt
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for preventive maintenance and repair services for VITEK LAB ANALYZERS to BIOMERIEUX, INC. This firm-fixed-price contract aims to upgrade the current server at the San Diego VA Medical Center, ensuring the continued functionality and reliability of critical medical equipment. The procurement falls under NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and is governed by FAR regulations allowing for single-source contracts under specific conditions. Interested vendors are invited to submit their capability statements and past performance experiences by 12:00 PM on December 19, 2024, to the primary contact, Charity Cazee, at charity.cazee@va.gov or by phone at 520-792-1450.
    J065--DynaCAD Service Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to negotiate a sole-source contract with Philips Medical Systems for a DynaCAD Service Maintenance Agreement. This procurement is based on the determination that Philips is uniquely qualified to meet the service requirements under FAR 6.302-1, which permits single-source procurement when no other options are viable. The DynaCAD system is critical for medical imaging and diagnostics, making this maintenance agreement essential for the continued operation of VA medical facilities. Interested parties who believe they can meet the requirements are encouraged to submit their capability statements or proposals by 2 PM EST on February 14, 2025, to the Contracting Officer, Chad Kemper, at chad.kemper@va.gov or by phone at (937) 268-6511 ext. 4541.
    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.