J065--CLIN Addition Option Year 2
ID: 36C25725Q0327Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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), through its Network Contracting Office 17, is initiating a sole-source contract award to Medtronic USA Incorporated for the addition of CLIN 2003 to Purchase Order 36C25723P0192. This contract pertains to the service and maintenance of O-Arm and S8 systems, covering the period from April 24, 2025, to April 23, 2026, and is critical for ensuring the operational readiness of medical equipment used in veteran care. Interested parties must submit their capability information by March 4, 2025, to be considered for potential competitive procurement, with responses directed to Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. If no responses are received, the contract will proceed with Medtronic without further notice, in accordance with FAR 13.5 for sole-source acquisitions.

    Point(s) of Contact
    Mariangie Rios VazquezContract Specialist
    (210) 996-8816
    mariangie.riosvazquez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through its Network Contracting Office 17, intends to conduct a sole-source contract award to Medtronic USA Incorporated. This action is part of a modification to Purchase Order 36C25723P0192, specifically the addition of CLIN 2003, which was previously overlooked. The services involved pertain to the initiation of a service contract for O-Arm and S8 systems with Medtronic, covering the period from April 24, 2025, to April 23, 2026. The VA highlights that this is not a competitive bidding opportunity, and any interested parties must submit their capability information by March 4, 2025, to assess potential competitive procurement. The notice underscores the agency's authority under FAR 13.5 for sole-source acquisitions, aligning with the NAICS code 811210, which pertains to services related to this requirement. Responses must be emailed to the designated Contract Specialist, Mariangie Rios Vazquez, as telephonic inquiries are not accepted. If no responses are received within the stipulated time, the proposal will advance to Medtronic without further notice. This notice illustrates the VA's streamlined approach for certain contracting processes while maintaining compliance with federal procurement standards.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    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.
    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.
    Service Maintenance for the Government-owned ENT Fusion Navigation System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to Medtronic USA, Inc. for service maintenance and repair of the Government-owned ENT Fusion Navigation System located at Evans Army Community Hospital in Ft Carson, Colorado. This procurement aims to ensure the continued operational readiness of critical medical equipment essential for ENT procedures. The contract will be a Firm-Fixed-Price type, with an expected award date by May 25, 2025, and is classified under NAICS code 811210, which pertains to Electronic and Precision Equipment Maintenance, with a size standard of $34 million. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Lornia Villalobos at lornia.j.villalobos.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil.
    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.
    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.
    J065--Karl Storz Service Agreement | Base and 1OY Columbus VAACC Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to negotiate a sole-source Firm-Fixed Price Contract for a service agreement with Karl Storz Endoscopy America, specifically for the Columbus VAACC facility. This procurement aims to secure specialized maintenance and repair services for Karl Storz surgical equipment, which is critical for ensuring the operational readiness and effectiveness of medical procedures at the facility. Interested contractors are invited to submit a capabilities statement by February 28, 2025, at 10:00 AM Eastern Time, directed to Contracting Officer Michael Groneman and Contracting Specialist Andrew Arnst via email. Please note that the government will not reimburse any costs incurred in the submission process.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.