J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
ID: 36C24525Q0021Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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 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.

    Point(s) of Contact
    AMY WALTERCONTRACTING OFFICER
    AMY.WALTER1@VA.GOV
    Files
    Title
    Posted
    The document outlines the intent to sole source maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, WV. The contract covers a base year from November 1, 2024, to October 31, 2025, with options to extend for four additional years. The contractor will provide comprehensive preventive and corrective maintenance services, including parts, labor, and remote support, ensuring equipment operates within specified safety and performance standards. Key services include annual preventive maintenance inspections, unscheduled repairs, and 24/7 support, which must be fulfilled by "fully qualified" field service engineers authorized by the original equipment manufacturer. Contractors must comply with various standards and regulations to ensure hospital safety and operational efficiency. Also noted is the emphasis on market research to identify capable vendors, particularly targeting service-disabled veteran-owned and small businesses. This announcement serves informational and planning purposes, rather than a solicitation for proposals, indicating the VA’s search for qualified contractors and promoting adherence to federal acquisition regulations. Vendors must provide detailed company and capability information if they wish to challenge the sole-source designation.
    Similar Opportunities
    J065--BD Pyxis Service - VISN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for maintenance services related to BD Pyxis medication systems, primarily to Carefusion Solutions, LLC. This contract, designated as 36C26324Q1213, aims to ensure continuous maintenance, including technical support, parts repair, preventive maintenance, and software updates for the BD Pyxis systems utilized across various VA facilities in the Midwest. The initiative is critical for sustaining automated dispensing systems that enhance medication management and safety for veterans. Interested vendors not currently representing Carefusion may submit capability statements to Contract Specialist Emanuel Nevarez at emanuel.nevarez@va.gov, with the contract set to begin on January 1, 2025, and spanning five years.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    J065--Sources Sought NEW -Omnicell Service POP 03/01/2025-02/28/2026
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information for a Gold Plan Service Contract for Omnicell automation equipment at the Amarillo VA Medical Center and Lubbock Outpatient Clinic. The procurement aims to secure ongoing maintenance and support services, including telephone support, on-site assistance, software updates, and repair parts, which are critical for the uninterrupted operation of medical supply dispensing equipment. Interested contractors are invited to submit capability statements demonstrating their qualifications, as the intention is to negotiate primarily with Omnicell Inc., although competitive quotes may be considered. Responses are due by October 4, 2024, and should be directed to Contract Specialist Janice Malbon at janice.malbon@va.gov or by phone at (210) 694-6340.
    J065--FY25 Services|(Base +4)Boston Scientific ( Lumenis ) Versapulse Powersuite PM Contract | 632
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Boston Scientific, operating as Lumenis Inc, for maintenance and repair services of the Versapulse Powersuite equipment at the Northport VA Medical Center in New York. The contract will encompass routine diagnostics and corrective repairs, which must be performed by manufacturer-trained personnel in accordance with Original Equipment Manufacturer (OEM) specifications for preventative maintenance. This service is crucial for ensuring the optimal functioning of medical equipment, thereby supporting the VA's medical operations. Interested firms capable of fulfilling these requirements must submit their responses by October 3, 2024, at 3:00 p.m. (EST) to John Bolt at john.bolt@va.gov, as the government retains discretion over whether to solicit competitive quotes based on the responses received.
    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.
    6515--CADD-SOLIS AMBULATORY PCA PUMPS (Upgrade)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified small businesses regarding the procurement of CADD-SOLIS ambulatory PCA pumps and related equipment as part of a Sources Sought Notice. The initiative aims to identify firms capable of providing equipment functionally equivalent to the Brand Name ICU Medical CADD Solis Ambulatory Pumps, including essential components such as medication safety software, pole mount adapters, and implementation software. This procurement reflects the VA's commitment to enhancing medical device technology to ensure quality care for veterans. Interested parties are encouraged to respond by email to Contract Specialist Aleta Jennette at Aleta.Jennette@va.gov by October 4, 2024, at 10 AM Eastern Time, noting that this notice is for market research purposes only and does not constitute a solicitation.
    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.
    J065--Mizuho Trios Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole-source contract with Mizuho Orthopedic Systems, Inc. for maintenance services on the Mizuho Trios equipment, as they are the only authorized provider for these services. This procurement is conducted under the authority of 41 U.S.C. 1901 and is exempt from competitive bidding, with a Firm-Fixed Price contract covering one base year and four optional renewal years. The services are critical for maintaining the functionality of medical equipment used in veteran care, ensuring compliance with industry standards. Interested vendors must submit written notifications to the Contracting Officer, Robert Ruska, by September 30, 2024, at 10:00 AM Central Time, including proof of authorized status from the Original Equipment Manufacturer.
    J065--Medtronic ENT Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Medtronic USA Inc. for an ENT Service Agreement at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Medtronic possesses the unique capabilities necessary to fulfill the requirements for medical equipment maintenance and repair services. The contract is crucial for ensuring the continued operation of essential medical equipment, thereby supporting the VA's mission to provide high-quality healthcare to veterans. Interested contractors may submit capabilities statements by October 1, 2024, at 10:00 a.m. Eastern Time, directed to Contract Specialist Sara Wood at sara.wood1@va.gov; however, the government will not cover any costs related to responses, and no solicitation package is available.