J065--Intent to Sole Source: Olympus OER Elite Preventative and Corrective Maintenance Services
ID: 36C24826Q0176Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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 negotiate a sole source contract with Olympus America Inc. for preventative and corrective maintenance services on Olympus OER-ELITE Endoscope Reprocessors located at the Bay Pines VA Health Care System and the Lee County VA Clinic in Florida. The contractor will be responsible for providing all necessary labor, materials, and supervision to ensure the operational efficiency of the equipment, which is critical for medical procedures. This procurement is based on the unique capabilities of Olympus America Inc. to meet the specific needs of the VA, and interested parties must submit their qualifications by 1:00 PM EST on January 9, 2026, to the primary contact, Moneque L Rodriguez, at Moneque.Rodriguez@va.gov. This opportunity is not a request for competitive quotes, and the government will not pay for any information or administrative costs incurred in response to this notice.

    Point(s) of Contact
    Moneque RodriguezContracting Officer
    (813) 972-2000
    moneque.rodriguez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 08 (NCO 08) intends to award a sole-source, fixed-price purchase order to Olympus America Inc. for preventive and corrective maintenance services on Olympus OER-ELITE Endoscope Reprocessors. These services are required for the Bay Pines VA Health Care System and Lee County VA Clinic in Florida. The VA believes Olympus America Inc. is the only authorized provider capable of meeting these specialized needs, citing Revolutionary FAR Overhaul 12.102 (a) and 41 USC §1901. This notice is not a request for competitive quotes, but any business that believes it can fulfill the scope of work may submit written notice and supporting evidence to moneque.rodriguez@va.gov by January 9, 2026, at 13:00 Eastern Standard Time.
    This government solicitation, 36C24826Q0176, issued by the Department of Veterans Affairs, outlines a firm-fixed-price service contract for preventive and corrective maintenance of Olympus OER-ELITE Endoscope Reprocessors. The contract covers seven units located at the C.W. Bill Young VA Medical Center in Bay Pines, FL, and the Lee County VA Clinic in Cape Coral, FL. The base year for the contract is from February 1, 2026, to January 31, 2027, with two additional option years. Services include full repair coverage, 24/7 technical support, software updates, and on-site support by certified technicians. A 98% operational uptime is required, with a guaranteed 24-hour response time for field service engineers. Invoices are to be submitted monthly in arrears. The document also details general terms and conditions, administrative data, and specific requirements for contractor personnel security and records management, emphasizing compliance with federal regulations and VA policies.
    VA Handbook 6500.6, issued March 12, 2010, outlines the Department of Veterans Affairs' (VA) procedures, responsibilities, and framework for implementing security policies in contracts and acquisitions. This handbook is crucial for protecting VA sensitive information handled by contractors, subcontractors, or third parties, regardless of its format or location. It emphasizes compliance with the Federal Information Security Management Act (FISMA) and related VA directives, ensuring information security is integrated throughout the acquisition lifecycle. Key aspects include a checklist for information security during acquisition initiation, a VA Acquisition Regulation (VAAR) security clause, specific language for contracts, and contractor rules of behavior. The handbook details responsibilities for various VA officials, including the Secretary of Veterans Affairs, Assistant Secretaries, and Information Security Officers, in ensuring adherence to these security requirements. It also covers procedures for handling VA sensitive information, system design and development, background investigations for contractor personnel, security training, and incident reporting. The overall purpose is to safeguard VA's information assets and maintain public trust by mitigating security risks in all contractual agreements.
    This document outlines security and privacy requirements for contractors working on-site at VA facilities. Contractors must comply with physical security guidelines by either checking in with VA Police or obtaining a VA Contractor ID badge. Access to sensitive VA information or the VA network is prohibited. When working in sensitive areas containing patient information, contractor employees must be continuously escorted by a VA employee or must complete the “VA Privacy and Information Security Awareness and Rules of Behavior” training course. These measures ensure the protection of sensitive data and maintain the security of VA premises.
    The VA Handbook 6500.6, dated March 12, 2010, outlines an interim VA Acquisition Regulation (VAAR) solicitation provision and contract clause concerning information and information technology security requirements. This clause, 852.273-75, is mandated for solicitations and contracts where VA sensitive information or IT will be accessed, used, stored, or transmitted by contractors, subcontractors, or third parties. Its purpose is to mitigate data breaches and ensure compliance with federal laws and regulations by subjecting contractors to federal, VA, and contractual security standards. This interim clause is pending official rulemaking and public review via the Federal Register, with final wording subject to changes based on public comments.
    The Department of Veterans Affairs (VA) is seeking a single-source award for preventive and corrective maintenance on Olympus OER-ELITE Endoscope Reprocessors at the Bay Pines VA Healthcare System and Lee County VA Clinic. This justification, under Acquisition ID# 36C248-26-AP-0972, states that only Olympus, as the Original Equipment Manufacturer (OEM), possesses the necessary expertise and parts for this critical equipment. The contract period spans a base year (February 2026 – January 2027) with two option years. Market research, including searches on SBA DSBS, FPDS, ADDSUP, and SAM, confirmed previous sole-source awards to Olympus America Inc. for similar services, reinforcing the need for a single-source provider due to the specialized nature of the maintenance required.
    This document outlines records management obligations for contractors working with the Bay Pines VA Healthcare System. It defines Federal records, including those created or maintained by contractors for government use, and explicitly excludes personal materials. Contractors must comply with all applicable records management laws, regulations, and NARA policies, including the Federal Records Act, FOIA, and the Privacy Act of 1974. Key requirements include preserving all records, managing them according to federal law, and providing technical documentation for electronic records. Contractors are responsible for preventing unauthorized destruction or removal of records and must report any incidents immediately. Disclosure of non-public information is restricted, and safeguards must be in place to ensure security. Subcontractors must also adhere to these provisions, and their violations will be attributed to the prime contractor. The Bay Pines VA Healthcare System owns all data and records produced under the contract, and contractor employees handling records must complete agency-provided training.
    Similar Opportunities
    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.
    6515-- Cystoscopy Resection Sets-Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America, Inc. for the procurement of Cystoscopy Resection Sets and associated ST-CR2 Cystoscopy Resection Trays. This acquisition is essential for performing urologic procedures, as the equipment is specifically designed to be compatible with the facility's existing Olympus endoscopic platform, ensuring compliance with stringent sterilization and operational standards. The Cystoscopy Resection Sets facilitate critical diagnostic and therapeutic procedures by providing surgeons with the necessary tools for visualizing and accessing the bladder and lower urinary tract. The estimated procurement amount is $34,791, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563. The response date for this notice is December 26, 2025.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    6550--Sources Sought: Cepheid GeneXpert Infinity Reagents
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking to award a Sole Source, Fixed-Priced Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the procurement of Multi-Drug-Resistant Organism (MDRO) reagents for use with the existing Cepheid GeneXpert Infinity system. This procurement is critical for conducting a wide range of infectious disease testing, including tests for MRSA, C. difficile, CRE, CT/NG, Group A Streptococcus, SARS-CoV-2, and other pathogens. Interested parties are invited to demonstrate their capability to fulfill this requirement by submitting supporting evidence to the Contracting Officer, Moneque Rodriguez, at moneque.rodriguez@va.gov by 1:00 PM Eastern Standard Time on January 9, 2026. This notice is not a request for competitive proposals, and the government will proceed with the sole source acquisition if no viable alternatives are presented.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    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.
    6650--Leica Proveo 8x Microscope for East Orange VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure a Leica Proveo 8x Microscope for the East Orange VA Medical Center as part of a Sources Sought Notice aimed at gathering market information. This procurement is intended to provide a backup surgical microscope that aligns with the existing Leica Proveo model currently in use, ensuring compatibility with specialized surgical instruments and features such as real-time optical coherence tomography and Fusion Optics. The microscope is critical for performing ocular surgeries, including cataract and retina procedures, and must be delivered, installed, calibrated, and supported with clinical training within 45 days after receipt of order. Interested contractors are encouraged to submit their company information, including their Unique Entity Identifier (UEI) and a summary of their capabilities, to Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov by 4:00 PM EST on December 29, 2025.
    J065--LivaNova Cardiopulmonary Maintenance Services Intent for Sole Source For Louis Stokes Cleveland VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole-source, Firm-Fixed Price Contract with LivaNova USA, Inc. for cardiopulmonary maintenance services at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that LivaNova USA, Inc. is uniquely qualified to fulfill the requirements outlined, which are critical for maintaining essential medical equipment used in veteran healthcare. Interested contractors may submit capability statements or quotations by January 5, 2026, at 10:00 AM Eastern Time to the Contracting Officer, Sara Wood, via email at sara.wood1@va.gov; however, the government will not reimburse any costs incurred in responding to this notice.
    J045--Intent to Sole Source Emergency Medical Vacuum Pump Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source the repair services for Emergency Medical Vacuum Pumps to Compliance Solutions LLC, a certified OEM installer and maintainer of PowerEx equipment. This procurement is necessitated by the urgent need for emergency troubleshooting and repair services at the Robley Rex VA Medical Center, and it is being conducted under FAR Part 13.106-1(b)(2) due to the specialized nature of the services required. The total procurement amount is expected to be under the Simplified Acquisition Threshold (SAT) of $250,000, as market research has confirmed that Compliance Solutions LLC is the only local vendor with the necessary expertise and knowledge of PowerEx proprietary materials. Interested parties may submit capability statements to Diane Ziegler at diane.ziegler@va.gov by December 29, 2025, at 11:00 AM CST for consideration, although the government reserves the right to proceed with the sole source procurement if competition is not deemed advantageous.
    6515--36C25926Q0156| Source Sought on Compact Microprobe Laser and Endoscopy System for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is conducting a market survey to identify potential sources for a Compact Microprobe Laser and Endoscopy System for the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a system that includes a fiber-coupled diode laser, flexible fiberoptic endoscope, high-resolution imaging system, and various accessories necessary for surgical services. This equipment is crucial for enhancing surgical capabilities and patient care within the VA healthcare system. Interested vendors must submit their responses, including company details and socioeconomic classifications, by January 2, 2026, at 12:00 PM MT to Lynn Lim at lynn.lim@va.gov. The opportunity is classified under NAICS code 339112, and no costs will be incurred by the government for the information provided.