6515--Notice of Intent (NOI)- To Sole Source Zimmer Biomet- Rosa Inomed head frames
ID: 36C25625Q1245Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs, through the Network Contracting Office 16, intends to award a Sole Source Firm-Fixed-Price contract to Biomet Microfixation, LLC for the procurement of two Zimmer Biomet Inomed head frames, which are critical for performing stereotactic surgical procedures using the Zimmer ROSA One Brain system. This acquisition falls under the NAICS code 339112 and is being conducted in accordance with FAR Parts 12 and 13, focusing on single-source solicitation. The anticipated award date for this contract is August 15, 2025, with responses from interested parties due by August 6, 2025. Interested firms must demonstrate their technical capability and provide OEM authorization via email to Contracting Officer Anthony Marion at anthony.marion2@va.gov, as phone inquiries will not be accepted.

    Point(s) of Contact
    Anthony MarionContracting Officer
    (832) 819-3908
    anthony.marion2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a Sole Source Firm-Fixed-Price contract to Biomet Microfixation, LLC for the procurement of two Zimmer Biomet Inomed head frames, essential for stereotactic surgical procedures utilizing the Zimmer ROSA One Brain system. This procurement is classified under the NAICS code 339112 and is conducted per FAR Parts 12 and 13, focusing on single-source solicitation. The anticipated award date is August 15, 2025, with responses due by August 6, 2025. Although this notice is informational and not a request for competitive quotes, interested parties asserting technical capability may submit documentation advocating for their offer. Such submissions must include proper OEM authorization and must demonstrate that competition would benefit the government. All communications must be directed to Contracting Officer Anthony Marion via email. The document emphasizes the exclusion of phone inquiries and the government’s discretion in determining whether to proceed with the competitive procurement based on feedback received.
    Similar Opportunities
    6515--Zeiss Pentero 800 S Microscope INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, intends to sole source the procurement of a Zeiss Pentero 800 S Microscope for the C.W. Bill Young Veterans Medical Center located in Bay Pines, Florida. This procurement includes one PENTERO 800 S Spine Comfort Package Microscope and necessary accessories, as the current microscope utilized by the Spine and Urology departments has reached its end-of-life and is malfunctioning, posing potential safety risks during procedures. The Pentero 800S offers significant enhancements, including 60% more magnification and 50% higher resolution, which are crucial for surgical precision, along with ergonomic features designed to reduce surgeon fatigue and improve overall efficiency. Interested parties should note that the response deadline for this notice is December 11, 2025, at 14:00 Eastern Time, and can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or by phone at 813-972-2000 Ext 2819 for further inquiries.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    6515--AIO 3x0 Base Plate (OR EQUIVALENT) Cleveland VAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Cleveland Veterans Affairs Medical Center (VAMC), is seeking sources for AIO 3.0 Base Plate Stereotactic Body Radiation Therapy (SBRT) Immobilization Systems or equivalent, along with associated accessories. This procurement aims to replace outdated equipment, ensuring high-precision immobilization for SBRT and other external beam treatments, while integrating seamlessly with existing CT simulation and Varian TrueBeam systems. The selected systems will enhance patient comfort, improve setup accuracy, and maintain compliance with clinical protocols in advanced radiation oncology treatments. Interested vendors must submit their company information, including a Unique Entity Identifier (UEI) number and capability statement, to Don Caldwell at don.caldwell@va.gov by December 8, 2025, at 17:00 EST, as this is a Sources Sought Notice for planning purposes only.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    6515-- O.R. Sterilizer Cases Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of specialized Arthrex OR Sterilizer Cases, essential for the proper reprocessing and sterilization of proprietary Arthrex surgical instruments used in orthopedic surgeries at the Albany VAMC. These sterilizer cases are specifically designed and validated by the manufacturer to ensure compliance with FDA regulations, Joint Commission standards, and VA policies, thereby safeguarding patient safety and preventing potential surgical delays due to improper sterilization or instrument damage. The estimated cost for this acquisition is $38,700, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    6515--ON-X Consignment
    Buyer not available
    The Department of Veterans Affairs, Network Contract Office 17, is seeking to procure ON-X Heart Valves on a consignment basis for the North Texas VA Medical Center's Invasive Cardiology department. The contract will cover a base period of one year, with four optional renewal years, allowing the VA to pay only for the items used while the contractor maintains the inventory and provides necessary technical support and training. These heart valves are critical due to their unique clinical benefits, including a lower INR requirement that reduces the risk of bleeding for patients. Interested contractors must submit capability statements and be registered in SAM, with the anticipated award date around January 24, 2026, and the contract potentially expiring in January 2030 if all options are exercised. For further inquiries, contact Tammy L. Wilson at Tammy.wilson5@va.gov or 254-661-5372.
    J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.
    6515--Special Notice 5-10 Dec 2025 Roche diagnostic supplies
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to negotiate a sole-source, firm-fixed-price contract with Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and Special Stain (SS) reagents necessary for diagnostic staining at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement includes not only the reagents but also compatible instrumentation, installation, staff training, and ongoing technical support to ensure uninterrupted diagnostic capabilities over a base period plus four option years. The goods and services are critical for the Pathology and Laboratory Medicine Service, as Roche Diagnostic Corporation is the sole manufacturer of the required VENTANA instrumentation and reagents. Responses to this opportunity are due by December 10, 2025, at 10:00 AM CST, with all inquiries to be submitted by December 8, 2025, at 10:00 AM CST; interested parties may contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or by phone at 832-352-2915 for further information.