J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
ID: 36C26325Q0562Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContracting Specialist
    (319) 688-3631
    Jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of equipment, materials, labor, and maintenance for the Stryker Neptune Rover and Docking System used in waste management at various VISN 23 facilities. This decision aligns with FAR 6.302-1, which permits sole-source contracting under specific circumstances, as Stryker is the sole provider of these systems. Interested vendors may submit written notifications and capability statements by the response deadline of March 20, 2024, at 4:00 PM CST, demonstrating their ability to perform the required services. This includes evidence of relevant corporate experience and contact details. However, the government reserves the right to not compete the proposed procurement based on these submissions. The procurement falls under NAICS code 811210, indicating it is part of the maintenance and repair services sector. The notice emphasizes that thorough supporting evidence must be provided to ensure consideration.
    The VA Midwest Healthcare Network (VISN 23) requires a sole-source service contract for the support and maintenance of the Stryker Neptune OR waste management system at several VA facilities. This contract aims to ensure safe and efficient management of surgical waste while protecting staff from exposure. The agreement includes one base year and two optional extension years, covering all necessary training, technical support, preventative and corrective maintenance, and repairs. Services will be provided at various locations, including facilities in Fort Meade, Des Moines, Fargo, Iowa City, Minneapolis, Omaha, St. Cloud, and Sioux Falls. The contractor is required to perform both scheduled and unscheduled maintenance, with specific response time guidelines based on urgency. Additional stipulations include the need for coordination with facility personnel, a strong focus on regulatory compliance, and handling of equipment recalls or modifications. Training for VA staff, both clinical and technical, is also a critical component, along with a commitment to waste management and safety protocols. This initiative underscores the VA's commitment to providing high-quality healthcare while ensuring the safety of its staff and patients.
    Lifecycle
    Similar Opportunities
    Stryker Q Guidance System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Stryker Sales LLC for the procurement of the Stryker Q Guidance System, which is scheduled for April 1, 2025. This contract will provide the Ralph H. Johnson VA Medical Center with essential medical devices and software, including guidance systems, software licenses, generator components, and targeting devices, all of which must meet VA manufacturing standards. The Stryker Q Guidance System is critical for surgical applications, ensuring the delivery of high-quality medical care to veterans. Interested parties may submit documentation demonstrating their capabilities by March 21, 2025, at noon EST, and must be registered with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    NOI -Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs intends to solicit and negotiate a Sole Source, Firm-Fixed-Price Base Year Contract for Sterile Processing Services with Sustainment Technologies, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement specifically involves Steris sterile processing equipment and software support, which is critical for maintaining the operational integrity of medical facilities. The contract is limited to a single source due to the proprietary nature of the services and repairs, as outlined in FAR 6.302-5 and VAAR 819.7008, with an anticipated award date of March 31, 2025. Interested parties may contact Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903 for further information, noting that this notice is not a request for competitive proposals.
    J065--Intent to Sole Source: ROSA Knee System Robotic Knee Replacement Preventative Maintenance Visit
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Zimmer US Inc. for a preventative maintenance visit for the ROSA Knee Robotic Knee Replacement System at the Providence VA Medical Center in Rhode Island. This procurement is necessary to ensure optimal performance of specialized medical equipment, which is critical for providing quality care to veterans. Interested vendors may submit their qualifications to the designated contact, Kurt Fritz, by March 19, 2025, but this is not a request for competitive proposals, and no solicitation is currently available. For further inquiries, vendors can reach Kurt Fritz at kurt.fritz@va.gov or by phone at 203-932-5711.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    6515--Intent to Sole Source - ULTRASONIC CLEANER
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source for the procurement of an InnoWave Unity 20 Sonic Irrigator Ultrasonic Cleaner, specifically for the Brooklyn VA Medical Center. This ultrasonic cleaner is essential for effectively removing tissue, blood, and contaminants from reusable surgical instruments, thereby ensuring the highest standards of hygiene and safety in medical procedures. The contract will be awarded to Steris Corporation under a mandated FSS contract (V797D-60613), with an estimated delivery timeframe of 30 days post-award. Interested vendors may express their capabilities and interest to the contracting officer, Janelle Bonafede, at Janelle.Bonafede@va.gov or by phone at 716-862-7461 ext. 24570, before the deadline of March 17, 2025, at 2:00 PM EST.
    6515-- STRYKER JUNCTION BOX
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential contractors for the acquisition of Stryker S3 Patriot autonoME Junction Boxes for the Spinal Cord Injury Unit at the Hampton VA Medical Center in Virginia. The procurement aims to secure medical equipment essential for enhancing patient care within the facility, classified under Product Service Code 6515 (Medical and Surgical Instruments) and NAICS Code 339112 (Surgical and Medical Instruments Manufacturing). Interested parties are invited to submit capability statements, including company information and existing federal contracts, by 11:00 AM Eastern Time on March 18, 2025. Responses should be sent via email to the primary contact, Ruth Morris, at ruth.morris@va.gov, with the subject line including the reference number 36C24625Q0532.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    6515--Brand Name Only: STERIS V-Pro Max Low Temperature Sterilizers
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure two STERIS V-Pro Max 2 Low Temperature Sterilizers through a sole source justification, emphasizing the need for brand-name compatibility with existing equipment at the C.W. Bill Young VA Medical Center. This procurement, valued at approximately $323,000, is critical for maintaining operational efficiency and patient care, as the current sterilizers are beyond repair and the new units must meet specific technical requirements, including hands-free operation and electronic record keeping. The acquisition underscores the VA's commitment to providing high-quality care to veterans by ensuring reliable sterilization processes that align with current operational capabilities. Interested vendors can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details regarding the solicitation.
    6515--MODUS X SEPG 367008 EER 207503
    Buyer not available
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm Fixed Price Order for the upgrade of the Synaptive Modus V robotic digital microscope system to the Modus X, specifically for the Portland VA Medical Center. This procurement is essential to ensure that the surgical equipment meets critical operational requirements, as the Modus X features advanced capabilities such as 3D zoom range, 4K cameras, and voice-controlled optics, which are vital for enhancing patient care during surgical procedures. Fidelis Sustainability Distribution LLC is the only authorized distributor for this proprietary technology, and the contract is anticipated to be awarded on March 13, 2025. Interested parties may contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922 for further information, noting that no competitive proposals will be solicited.