J065--MEDTRONIC NERVE INTEGRITY MONITORS Maintenance and Certification
ID: 36C24125Q0635Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 (VA) intends to award a sole-source contract for the maintenance and certification of two Medtronic Nerve Integrity Monitors located at medical facilities in Jamaica Plain and West Roxbury, Massachusetts. This contract will cover annual preventive maintenance and certification services, ensuring compliance with federal, state, and hospital regulations, and will be performed by OEM-trained engineers as outlined in the attached Statement of Work. The maintenance is critical for the safe and effective functioning of the monitors, which are vital for patient nerve protection during surgeries. Responses to this notice are due by July 18, 2025, at 3:00 PM EST, and interested parties may contact Contract Specialist Kim McCarthy at kim.mccarthy@va.gov for further inquiries.

    Point(s) of Contact
    Kim McCarthyContract Specialist
    (774) 826-4806
    kim.mccarthy@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance and certification of two Medtronic Nerve Integrity Monitors located at medical facilities in Jamaica Plain and West Roxbury, Massachusetts. This notice, published in compliance with the Federal Acquisition Regulation, indicates that only one source can meet the agency's requirements based on brand-name specifications. The contract will be firm-fixed-price, covering a base year from July 31, 2025, to July 30, 2026, with two additional one-year option periods available. Responses to this notice are due by July 18, 2025, at 3:00 PM EST, but the government reserves the right to determine whether to pursue competitive proposals based on responsiveness. Interested parties can express their capabilities to provide the required services, although the primary intent remains a sole source award. Specific details regarding maintenance requirements are outlined in the attached Statement of Work. Contact information for the contract specialist, Kim McCarthy, is provided for queries related to the notice. This process reflects the VA's focus on ensuring operational readiness of essential medical equipment while adhering to procurement regulations.
    The VA Boston Healthcare System requires a service contract for the annual preventive maintenance and certification of Medtronic Nerve Integrity Monitors (NIM) recently purchased for surgical use. This contract, spanning a base year and two option years, is essential for ensuring the equipment’s compliance with federal, state, and hospital regulations. Maintenance must be performed by OEM-trained engineers and includes inspections, parts replacement, and calibrations, detailed in the OEM service manual. The vendor will not access Protected Health Information (PHI) and is strictly required to follow security and privacy laws, including HIPAA. Contractors must undergo a credentialing process and are responsible for providing all necessary materials and supervision for the maintenance tasks. Systematic field service reports must be generated following each service call, documenting all relevant details of the maintenance efforts. The objective is to ensure the safe, effective functioning of monitoring equipment vital for patient nerve protection during surgeries, underscoring the VA's commitment to maintaining high standards in healthcare services.
    Lifecycle
    Similar Opportunities
    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.
    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--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.
    J065--One year bridge contract
    Buyer not available
    The Department of Veterans Affairs, Network Contract Office 21, intends to award a sole source firm fixed price contract to Maness Veterans Medical LLC for the maintenance and repair of Umano patient beds at the VA Medical Center in San Francisco. The contractor will be responsible for ensuring a 96% operational uptime, providing preventive maintenance biannually, and responding to unscheduled maintenance requests within specified timeframes, while also adhering to strict VA security protocols. This contract is critical for maintaining the functionality of medical equipment essential for patient care, and interested parties who believe they can fulfill the requirements must submit their capabilities and an authorization letter from Umano by December 10, 2025, at 10:00 AM PST to Durell Salaz at durell.salaz@va.gov. The applicable NAICS Code is 339113, with a size standard of $34 million.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    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.
    J065--Carl Zeiss Artevo SMA Sole Source Announcement
    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 PROAIM Americas, LLC for the preventive maintenance of the Zeiss Artevo 850 ophthalmic microscope located at the VA Valley Coastal Bend, Harlingen Healthcare Center. The contract will encompass semi-annual scheduled maintenance and emergency repair services, as only certified field service engineers from Carl Zeiss Meditec USA Inc. are authorized to perform repairs on Zeiss products, with PROAIM being the exclusive representative for such services. This procurement is critical to ensure the operational efficiency of specialized medical equipment essential for patient care. Interested parties may submit their capability information by 10:00 A.M. CT on December 12, 2025, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as this notice is not a request for competitive quotations.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    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.