J065--ANGIOJET THROMBECTOMY UNITS l STL
ID: 36C25526Q0019Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, 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, Network Contracting Office (NCO) 15, intends to award a sole-source contract to Boston Scientific Corporation for the maintenance and service of Angiojet Thrombectomy units. This procurement is based on the determination that Boston Scientific is the only responsible source capable of fulfilling the agency's requirements, as outlined under 41 U.S.C 253(c)(1) – FAR 6.302-1. The contract will cover a twelve-month period from November 5, 2025, to November 4, 2026, with the option for three additional twelve-month extensions. Interested parties must submit a capabilities statement by October 16, 2025, at 3:00 PM CST to the Contracting Officer, Paul Dixon Jr., at paul.dixon@va.gov, and must be registered with the System for Award Management (SAM) to be eligible for contract award.

    Point(s) of Contact
    Paul Dixon Jr.Contracting Officer
    (913) 946-1109
    paul.dixon@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO) 15, intends to award a sole-source contract to Boston Scientific Corporation for Angiojet Thrombectomy maintenance and service. This notice, under solicitation number 36C25526Q0019, is an intent to sole source only, based on 41 U.S.C 253(c) (1) – FAR 6.302-1, meaning Boston Scientific Corporation is considered the only responsible source. The contract will cover a twelve-month period from November 5, 2025, to November 4, 2026, with three additional twelve-month option periods. Interested parties may submit a capabilities statement by October 16, 2025, at 3:00 PM CST to paul.dixon@va.gov, demonstrating their ability to provide the required services. Failure to receive viable responses by this deadline will result in negotiations proceeding solely with Boston Scientific Corporation for a firm-fixed-price contract. All interested parties must be registered with the System for Award Management (SAM).
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    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.
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract 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.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    J065--Notice of Intent to Sole Source GE Optima 660 CAT Scan System Service and Support
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 21, intends to award a sole source contract to GE Healthcare for the service and support of the GE Optima 660 CAT Scan System at the VA Sierra Nevada Health Care System in Reno, NV. The contract will encompass maintenance services, including preventive maintenance, calibration, and repair, with specific requirements such as a one-year contract period, adherence to manufacturer schedules, and rapid response times for service calls. This procurement is critical for ensuring the operational efficiency and reliability of medical imaging equipment essential for patient care. Interested parties must submit compelling evidence of their capability to provide competitive services by December 10, 2025, and direct all inquiries to Contract Specialist Michael Alston at michael.alston@va.gov.