DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
ID: 36C26025Q0215Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.

    Point(s) of Contact
    Peter ParkContracting Officer
    Peter.Park2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is planning to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The intended service provider is EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region. The contract aims to ensure uninterrupted support for this proprietary system and is expected to be awarded by February 17, 2025. This special notice serves to inform interested parties about the government's intent and complies with federal regulations, specifically FAR 5.101(a)(2) and 5.201(b)(1), although it does not invite competitive proposals nor will additional solicitations be made available. Responses from other parties will only contribute to evaluating market options for future procurements. The document maintains an official tone, emphasizing that the government will not compensate any submission of information.
    Similar Opportunities
    DA10--Rauland Responder V Nurse Call System Maintenance and Support Services (VA- 25-00020517)
    Buyer not available
    The Department of Veterans Affairs is seeking maintenance and support services for the Rauland Responder V Nurse Call System, under solicitation number 36C10B25Q0105. The procurement aims to ensure the effective operation of this critical healthcare communication system, which supports the needs of veterans by providing timely technical assistance, software updates, and necessary repairs over a base year and four option years. This initiative underscores the VA's commitment to enhancing healthcare delivery through reliable IT systems, with a specific focus on engaging Veteran-Owned Small Businesses. Interested vendors must submit their responses by January 15, 2025, and can direct inquiries to Contract Specialist Justin Daniel at Justin.Daniel@va.gov.
    J065--VISN12 ScriptPro Equipment Maintenance and Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with ScriptPro USA Inc. for the maintenance and support services of ScriptPro equipment, which is critical for sustaining existing operations within the Veterans Health Administration. This procurement is justified under 41 U.S.C. 1901, as ScriptPro is the only authorized vendor capable of providing these essential services, and the contract will be structured as a Firm-Fixed Price agreement for one year, with the option for three additional one-year extensions. Interested firms must submit written notification to the Contracting Officer, Robert Ruska, by February 10, 2025, demonstrating their capability to fulfill the requirements, including authorization from the Original Equipment Manufacturer. This notice serves as a special announcement and is not a solicitation for competitive quotes.
    Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    6515--Intent to Sole Source - Erbe Elektromedizin GmbH (BRAND NAME ONLY) Electrosurgical Systems
    Buyer not available
    The Department of Veterans Affairs intends to issue a sole source contract for Electrosurgical Systems, specifically requiring brand-name products from Erbe Elektromedizin GmbH, through its exclusive reseller, ProAim Americas, LLC. This procurement encompasses essential components for the operation of Electrosurgical systems, including the ErbeJet2 and VIO3 Electrosurgical Units, and is justified under federal guidelines due to the absence of competitive quotes from eligible suppliers. The estimated value of this contract is anticipated to be under $7.5 million, and interested parties are encouraged to submit their capabilities by the specified response date. For further inquiries, potential vendors can contact Contract Specialist LeTray Womble at letray.womble@va.gov or by phone at (813) 509-1707.
    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--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Omnicell, Inc. for the maintenance and support of Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for two additional years, and will include comprehensive services such as replacement parts, technical support, software updates, and maintenance that adhere to the standards set by the Original Equipment Manufacturer (OEM). Omnicell, Inc. is recognized as the only authorized service provider for these specific services, which are critical for ensuring the operational efficiency of the pharmacy medication cabinets. Interested firms that believe they can meet the requirements are invited to submit written notifications by February 13, 2025, at 2:00 PM ET, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    7H20--NEW - Remote Automated Laboratory Systems (RALS)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Abbott Laboratories for the provision of Remote Automated Laboratory Systems (RALS) software technology services at the Texas Valley Coastal Bend Health Care System (VATVCBHCS). The primary objective of this procurement is to enhance laboratory connectivity and management by integrating multiple devices into a single data management system, which will facilitate seamless patient result reporting, quality control monitoring, and operational troubleshooting. This initiative underscores the VA's commitment to improving healthcare efficiency and compliance within its facilities, ensuring that the RALS software remains compatible with existing devices and the VA’s electronic patient record system. Interested parties may submit capability statements by February 6, 2025, to the Senior Contract Specialist, Jose Campa, at Jose.Campa@va.gov, with the anticipated contract award date around April 17, 2025, for a duration of one year with options for renewal.