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
    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 This procurement involves replacing outdated components, including 10 blower air shifters, 28 vacuum bypass valves, 89 send/receive stations, and 70 distribution stations, to enhance the efficiency of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
    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 This upgrade involves replacing outdated equipment including 10 blower air shifters, 28 vacuum bypass valves, 89 send/receive stations, and 70 distribution stations.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
    J045--Intent to Sole Source | Feedwater Piping Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 8 (NCO 8), intends to issue a sole source award to CSIC Solutions LLC for the replacement of approximately 360 feet of 3-inch Schedule 80 welded feedwater piping at the C.W. Bill Young VA Medical Center. This procurement is necessary due to the existing piping's corrosion, leakage, and inefficiency, which pose risks to the boiler system's performance and safety. CSIC Solutions is uniquely qualified for this task as the current provider of the Deaerator (DA) Tank under an active rental agreement, ensuring compatibility and minimizing operational risks. Interested parties may submit an Expression of Interest (EOI) detailing their capabilities to Lakiesha Anderson at lakiesha.anderson@va.gov by December 24, 2025, at 12:30 PM EST.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    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--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    6640--Inhalation Exposure System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source, Firm Fixed Price (FFP) contract to Data Sciences International, Inc. for the procurement of a Buxco Inhalation Exposure System for the Charleston VA Medical Center. This specialized system is critical for accurate real-time respiration monitoring and integrated concentration values for Accumulated Inhaled Aerosol (AIA), featuring proprietary technologies such as SmartStudy, Halcyon®, and the Allay-restraint system, which enhance animal welfare and measurement precision. Interested parties may submit capability statements to the Contracting Officer, Darius Crane, at darius.crane@va.gov by 10:00 AM Eastern Time on December 22, 2025, although this notice is not a request for quotes.
    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.
    J059--629-26-2-690-0017, Aethon TUG Service Contract (VA-26-00030200)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract for TUG Fleet Maintenance services for smart autonomous mobile robots at the Southeast Louisiana Veterans Health Care Service. This contract, designated for ST Engineering Aethon INC, is based on the authority of 41 U.S.C 253(c)(1) - FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The maintenance services are crucial for ensuring the operational efficiency of these advanced robotic systems, which play a significant role in enhancing patient care and operational workflows within the facility. Interested parties may submit their capabilities statements to Kimberly Anderson at kimberly.anderson6@va.gov by January 2, 2026, at 3:00 PM CST, referencing solicitation number 36C25626Q0253. The contract period is set from February 1, 2026, to December 31, 2026.