J066--Illumina Maintenance - Intent to Sole Source
ID: 36C26325Q0036Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 intends to award a sole source contract to Illumina, Inc. for maintenance services of the Illumina NEXTSeq 2000 equipment system utilized by the Iowa City VA Health Care System. The procurement aims to ensure the continued operational reliability of critical diagnostic equipment, as Illumina, Inc. is the sole provider due to its proprietary rights and original equipment manufacturing status. This maintenance is vital for the effective functioning of the diagnostic software system and includes requirements for reagent replacement, preventative maintenance, and emergency repair services. Interested vendors may submit capability statements to Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov, but this notice does not constitute a request for competitive quotes, and the decision to proceed competitively will be at the government's discretion.

    Point(s) of Contact
    Amanda Patterson-ElliottContract Specialist
    (319) 338-0581
    amanda.patterson-elliott@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Special Notice regarding a sole source contract to Illumina, Inc. for maintenance of the Illumina NEXTSeq 2000 equipment system used by the Iowa City VA Health Care System. The notice, compliant with FAR guidelines, indicates that Illumina, Inc. is the sole provider for maintenance services due to their proprietary rights and original equipment manufacturing status. Market research has confirmed that no other service provider can fulfill the maintenance requirements without violating these rights, which would invalidate warranties. The document invites interested vendors to submit capability statements if they believe they can meet the requirements as authorized resellers or dealers. However, it clarifies that this is not a request for competitive quotes, and any procurement decision will be at the discretion of the government based on submitted documentation. The primary aim is to inform stakeholders about the intent to award a sole source contract essential for the ongoing operation of vital diagnostic equipment, highlighting the exclusive nature of the rights held by Illumina, Inc.
    The document outlines the Statement of Work for maintenance and support services for an Illumina NEXTSeq 2000 instrument at The State Hygienic Lab in Coralville, Iowa. It details a contract period from November 11, 2024, to November 10, 2025, with two optional extensions. The selected contractor is responsible for providing reagent replacement for instrument failures, one annual preventative maintenance, and remote technician support for 18 hours a day, five days a week. Emergency on-site repair services must be available with a 48-hour response time, along with mandatory documentation of repairs performed. Contractor representatives must follow safety protocols, including OSHA lockout/tag-out standards, and notify the Contracting Officer's Representative (COR) before initiating service calls. Service reports must detail malfunctions, corrective actions, time taken for repairs, and parts replaced. Contractors must use OEM parts and have adequate diagnostic tools while ensuring that service personnel are factory trained with at least two years of experience. This document emphasizes the importance of timely response, thorough documentation, compliance with safety regulations, and the use of high-quality repair components for effective maintenance of medical devices and device systems. It serves as a formal RFP for providing essential support services to enhance operational reliability at the lab.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Intent to Sole Source Zeiss Equipment Maint - CI VA HCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance and repair of Carl Zeiss eye equipment utilized at the Central Iowa VA Health Care System. This procurement is necessary as Carl Zeiss Meditec is the exclusive entity authorized to service its proprietary equipment, ensuring operational continuity for critical medical services. The contract will be awarded under FAR 6.302-1 guidelines, with a submission deadline for capability statements set for October 7, 2024, at 12:00 PM Central Time. Interested firms should direct their responses to Contract Specialist Heather M. Soto at heather.soto@va.gov, providing detailed corporate experience and relevant information to demonstrate their capability to fulfill the contract requirements.
    6515-- Insufflator AirSeal iFS1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Special Notice for a proposed sole-source contract to procure the Insufflator AirSeal iFS1 for the Iowa City VA Health Care System. This procurement is necessitated by unusual and compelling urgency, with Lovell Government Services identified as the contractor capable of supplying the required items immediately. The Insufflator AirSeal iFS1 is critical for surgical procedures, highlighting the importance of timely access to such medical instruments. Interested vendors may express their capability to meet this requirement by contacting Contract Officer Scott Morrison at scott.morrison2@va.gov, although this notice does not constitute a formal solicitation for competitive quotes.
    J065--WASHINGTON DC | INTENT TO SOLE SOURCE | SUN NUCLEAR SUPPORT SERVICES ONE BASE YEAR PLUS FOUR OPTION YEARS | 11/01/2024 TO 10/31/2025 UCD 10/31/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) in Washington, DC, intends to award a sole-source contract for support services related to Sun Nuclear equipment utilized in the Radiation Oncology department. This contract will cover one base year from November 1, 2024, to October 31, 2025, with four additional one-year options extending through October 31, 2029, and will include comprehensive maintenance services such as preventive and corrective maintenance, requiring all parts and services to be OEM certified. The importance of this procurement lies in ensuring the operational integrity and safety of medical equipment critical for patient care, while also emphasizing compliance with safety regulations and the protection of patient health information. Interested vendors, particularly service-disabled veteran-owned and small businesses, are encouraged to submit their qualifications to the primary contact, Amy Walter, at Amy.Walter1@va.gov, as this notice serves as market research and is not a solicitation for bids.
    Intent to Sole Source - bioMerieux
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure an Automated Blood Culture System exclusively from bioMerieux, as outlined in a special notice for a sole source contract. This procurement, valued at $48,776.40, includes the necessary blood culture bottles and is justified due to bioMerieux's proprietary status and the absence of authorized distributors for its equipment. The automated blood culture system is critical for effective medical diagnostics, ensuring timely and accurate detection of infections. Interested parties can reach out to Joey Bloomer at joseph.bloomer@va.gov or call 515-699-5549 for further details regarding this opportunity.
    DO FY25 Rubidium RB-82 Generator - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole source contract for the procurement of a Rubidium RB-82 Generator, specifically for the Iowa City VA Health Care System. The generator, produced by Bracco Diagnostics, Inc., is essential for producing rubidium Rb 82 chloride injection, which is used in Positron Emission Tomography (PET) imaging to evaluate myocardial perfusion in patients with suspected or existing coronary artery disease. This specialized equipment must comply with FDA and NRC requirements and will be delivered every 28 days starting October 1, 2024. Interested vendors may express their capabilities to be considered, but Bracco Diagnostics, Inc. has been identified as the exclusive source for this product. For further inquiries, interested parties can contact Evan Beachy at evan.beachy@va.gov.
    J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole-source contract for maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contract will cover a base year from November 1, 2024, to October 31, 2025, with options for four additional years, requiring comprehensive preventive and corrective maintenance services, including parts, labor, and 24/7 remote support from fully qualified field service engineers authorized by the original equipment manufacturer. These services are critical to ensuring the safety and operational efficiency of medical equipment used in patient care. Interested vendors must provide detailed company and capability information if they wish to challenge the sole-source designation, and inquiries can be directed to Contracting Officer Amy Walter at AMY.WALTER1@VA.GOV.
    DA01--Intent to Sole Source Syngo Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which involves essential upgrades and functional enhancements for existing servers at the San Diego VA Medical Center. This procurement is justified under Federal Acquisition Regulations (FAR) 6.302-2, permitting the government to contract with a single source when only one supplier can fulfill the requirement. The upgrades are critical for maintaining the operational efficiency and effectiveness of the medical services provided at the facility. Interested parties must submit their capability statements, including past performance experience and proof of licensure, by 12:00 PM Pacific Time on October 11, 2024, to Charity Cazee at charity.cazee@va.gov, referencing notice 36C26224Q1883.
    Notice of Intent - Renewal Maintenance Services for MILabs VECTor at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for renewal maintenance services for the MILabs VECTor imaging equipment at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. The contract will cover preventative and remedial maintenance, ensuring the equipment operates within the stringent requirements of a BSL-4 containment environment, which is critical for high-level biological research. The anticipated period of performance includes one base year from November 1, 2024, to October 31, 2025, with four additional one-year option periods, and interested vendors may submit their capabilities statements to Danielle Tines at danielle.tines@nih.gov within 15 days of this notice. The NAICS code for this acquisition is 811210, and the estimated contract value is not disclosed.
    Notice of Intent One-Year Premium Service Contract for Aurora 4 Cytometer with Loader
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source Premium Maintenance Service Contract with Cytek Biosciences for the Aurora 4 Laser system. This contract, effective from October 15, 2024, to October 14, 2025, encompasses comprehensive service provisions, including preventive maintenance inspections, on-site support, and technical assistance, all requiring the use of original equipment manufacturer (OEM) specified parts and services. Interested vendors must submit a capability statement and relevant contracts by 10:00 AM on October 11, 2024, via the NIAID electronic Simplified Acquisition Submission System (eSASS) to be considered for this opportunity. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
    6640--Intent to Sole Source 90Ti and SW41 Ultracentrifuge Rotors
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole source contract with Beckman Coulter Inc. for the procurement of 90Ti and SW41 ultracentrifuge rotors, which are essential for operations at the VA Medical Center in West Haven, Connecticut. This procurement is justified under FAR 6.302.1-1, allowing for sole sourcing due to Beckman Coulter being the exclusive North American distributor for these specific rotors. The contract aims to ensure the availability of critical laboratory equipment necessary for the VA's analytical operations. Interested parties may reach out to Contracting Specialist Chelsea Cortright via email at Chelsea.Cortright@va.gov, with inquiries due by October 10, 2024, at 10:00 AM Eastern Time, as no solicitation will be posted on Contracting Opportunities SAM.gov.