J065--Pneumatic Tube System Upgrades
ID: 36C24825Q0674Type: Special Notice
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
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 8:30 PM UTC
Description

The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), intends to make a sole source award to TransLogic Corporation for the upgrade of the pneumatic tube system at the C.W. Bill Young VA Medical Center. This procurement involves replacing outdated components, including 10 blower air shifters, 28 vacuum bypass valves, 89 send/receive stations, and 70 distribution stations, to enhance the efficiency of medical item transport within the facility. The TransLogic Pneumatic Tube System is crucial for the rapid and effective movement of lab specimens, medications, and documents throughout healthcare environments. Interested parties may submit an Expression of Interest (EOI) detailing their capabilities and pricing by April 16, 2025, at 4:30 PM EST, to the designated contracting officer, Lakiesha Anderson, via email at lakiesha.anderson@va.gov.

Point(s) of Contact
Lakiesha AndersonContracting Officer
(561) 618-2398
lakiesha.anderson@va.gov
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The Department of Veterans Affairs’ Network Contracting Office 8 (NCO 8) plans a sole source procurement to TransLogic Corporation for upgrading the pneumatic tube system at the C.W. Bill Young VA Medical Center. This upgrade involves replacing outdated equipment including 10 blower air shifters, 28 vacuum bypass valves, 89 send/receive stations, and 70 distribution stations. The TransLogic system is essential for the efficient transport of medical items throughout the facility, utilizing compressed air in a network of tubes. This notice serves as a market research notice, not a request for proposals; thus, no solicitation document exists. Interested parties can submit an Expression of Interest (EOI) until April 16, 2025, to the designated contracting officer, providing detailed capabilities and pricing. The government retains the discretion to determine if a competitive procurement process will be pursued based on responses received. All submissions must adhere to the specified email requirements to ensure timely processing.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J047--Pneumatic Tube System Maintenance
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified sources for pneumatic tube system maintenance services at the James A. Haley Veterans Hospital in Tampa, Florida. The procurement aims to establish a preventative maintenance agreement that includes biannual site visits for inspections, adjustments, and software checks, with the contractor responsible for providing all necessary labor and parts. This maintenance is crucial for ensuring the operational efficiency of the pneumatic tube delivery system, which plays a vital role in the hospital's logistics and patient care. Interested parties must submit their responses, including qualifications and capabilities, to the Contracting Officer, Walida Moore-Saintil, via email by 3:00 PM EST on May 5, 2025, as this request is for information only and does not constitute a solicitation for contract award.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
6525--Transducers : Anesthesiology Intent to Sole Source: SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to procure Terason uSmart Linear and Curved Array Ultrasound Transducers for the Togus VA Medical Center in Maine. This procurement, valued at potentially over $250,000, is essential for the Anesthesia Department to enhance postoperative pain management through advanced neural blockade techniques, as the medical center currently operates three ultrasound machines but requires additional transducers for optimal care. The unique compatibility of Terason transducers with existing equipment and their standardization across various VA facilities underscores the critical need for this procurement, which must comply with FDA regulations and be delivered within 45-60 days from order signing. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further information.
6515--Lebanon VA - ThinPrep 5000 Processor System | NCO 04
Buyer not available
The Department of Veterans Affairs, specifically the Lebanon VA Medical Center, intends to negotiate a Sole Source Award with Hologic Sales and Services, LLC for the procurement of a ThinPrep 5000 Processor System. This automated laboratory system is essential for processing fluid-based gynecological, non-gynecological, and urine specimens, and must comply with FDA standards while offering features such as minimal maintenance, hands-free operation, and automated processing capabilities. The procurement emphasizes the importance of installation and training for up to five staff members, along with a warranty and 24/7 technical support. Interested parties that can meet these specifications must submit their capabilities by NOON EST on March 26, 2025, to the Contract Specialist, Yazmin Alvarez, at yazmin.alvarez@va.gov, as no formal solicitation will be issued.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.
7A20--Medivators Subscription and Setup Intent to Sole Source to SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to Steris Corporation for the acquisition of MediVator software upgrades and ConnectAssure subscriptions at the Providence VA Medical Center. This procurement aims to integrate three existing endoscope reprocessing systems with the CensiTrac workflow management system, providing essential software licenses, installation services, and staff training to enhance operational efficiency and data sharing. The contract, valued under $25,000, will follow simplified procedures under FAR 13.5 due to the proprietary nature of the required software and services, with compliance to regulatory standards being mandatory throughout the process. Interested parties can contact Contract Specialist Sean Genereux at Sean.Genereux@va.gov or by phone at 413-584-4040 for further information.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
Transfusion Services
Buyer not available
The Department of Defense, through the Medical Regional Contracting Office-West (MRCO-W), is seeking potential sources for a software solution to manage tracking and tracing of biologic and non-biologic implants at Brooke Army Medical Center. The procurement requires licenses for 70 individual users to access the Tracs4Life system, with a performance period from September 1, 2025, to August 31, 2026, and four optional renewal years. This software is crucial for maintaining compliance with regulatory standards set by organizations such as TJC, CAP, AABB, and the FDA for tissue specimen management. Interested parties must submit their responses, including company identification and a ten-page capability statement, by 4:00 PM CST on May 1, 2025, to Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.