J065--Canon Soltus Portable X-Ray Full-Service Maintenance at the Madison, WI VAMC
ID: 36C25225R0063Type: Special Notice
AwardedMay 1, 2025
$86K$86,000
AwardeeCANON MEDICAL SYSTEMS USA, INC TUSTIN 92780-7047
Award #:SPE2D117D002236C25225F0096
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 intends to negotiate a sole source contract with Canon Medical Systems USA, Inc. for the full-service maintenance of a Canon Soltus Portable X-Ray System located at the William S. Middleton Memorial Veterans Hospital in Madison, WI. This procurement is justified under the authority of 41 U.S.C. 1901, which limits service agreements for Canon Radiology and Imaging Systems to the original equipment manufacturer, Canon, as only one responsible source can meet the agency's requirements. The contract will be structured as a base year with four option years, utilizing NAICS Code 811210, and interested firms must submit capability statements by April 25, 2025, to Contract Specialist Jessica Hansen at jessica.hansen@va.gov, as telephonic inquiries will not be accepted.

    Point(s) of Contact
    Jessica HansenContract Specialist
    (414) 844-4800
    jessica.hansen@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Canon Medical Systems USA, Inc. for the full-service maintenance of a Canon Soltus Portable X-Ray System located at the Madison, WI Veterans Affairs Medical Center. This decision is based on a justification that limits service agreements for Canon Radiology and Imaging Systems to the original equipment manufacturer (OEM), Canon. The procurement will follow simplified acquisition procedures under 41 U.S.C. 1901, citing only one responsible source that meets agency needs. Responses to this notice are not soliciting competitive quotes; however, firms believing they can fulfill the requirements must submit detailed capability statements by April 25, 2025, for evaluation. The contract will be structured as a base year with four option years, using the NAICS Code 811210. All responses must be sent via email to Contract Specialist Jessica Hansen, as telephonic inquiries are not permitted. Responses received will influence the government's determination on whether to proceed with Canon as the sole source for this maintenance contract.
    Similar Opportunities
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    J065--INTENT TO SOLE SOURCE WITH OEM GE HEALTHCARE | BASE PLUS FOUR OPTION YEARS | 01/01/2026 TO 12/31/2026 (12/31/2031) | GE OEC and Ultrasound (VA-26-00008460)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source a contract to GE Healthcare for maintenance and repair services of GE OEC and Ultrasound equipment at the Martinsburg VA Medical Center. This contract will encompass a base year plus four option years, focusing on preventive maintenance, repairs, and software/hardware upgrades for specific GE OEC and LOGIQ E10/S8 devices. These services are critical for ensuring the operational efficiency and reliability of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, who disagree with the sole source intent are encouraged to provide documentation of their technical expertise. For further inquiries, contact Amy Walter at AMY.WALTER1@VA.GOV.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    J065--BD Carefusion Support | Base 4 OY's Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10 in Cincinnati, Ohio, intends to negotiate a sole source, Firm-Fixed Price Contract with Carefusion for an Alaris Software Service Agreement. This procurement is aimed at supporting the Cincinnati VA Medical Center and is being conducted in accordance with FAR Subpart 13.2. The Alaris Software Service Agreement is crucial for maintaining the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements or quotations by December 24th at 8:00 a.m. Eastern Time to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.