J065--Base YR (05/01/2025-04/30/206) + 4 OYs Milwaukee Abiomed Impella Maintenance
ID: 36C25225Q0244Type: Special Notice
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 (VA) intends to negotiate a sole-source contract with Abiomed, Inc. for the preventative maintenance and emergency repairs of Impella equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, the Edward Hines, Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing Simplified Acquisition Procedures, due to the exclusive need for services from the Original Equipment Manufacturer (OEM). The selected vendor must provide new OEM items, ensuring compliance with specific requirements such as being an authorized distributor, having OEM-certified technical personnel, and offering 24-hour phone support. Interested parties must submit their capability statements by email to Eileen Meyer at eileen.meyer@va.gov by 10:00 AM CDT on February 11, 2025, as no competitive quotes will be accepted.

    Point(s) of Contact
    Eileen T Meyereileen.meyer@va.gov
    414-844-4800x43432
    eileen.meyer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Great Lakes Acquisition Center (GLAC) intends to negotiate a sole-source contract with Abiomed, Inc. for the preventative maintenance and emergency repairs of the Abiomed Impella equipment at several VA medical centers in Milwaukee, Hines, and Chicago. This procurement is under the authority of 41 U.S.C. 1901, utilizing Simplified Acquisition Procedures, due to the necessity of services available exclusively from the Original Equipment Manufacturer (OEM). Interested vendors must demonstrate compliance with specific requirements, including being an authorized distributor and ensuring all technical personnel are OEM certified. Submissions must include proof of OEM parts accessibility and the provision of 24-hour phone support. The solicitation is not open for competitive quotes, and responses must be submitted by 10:00 AM CDT on February 11, 2025. Emphasis is placed on the need for new OEM items, prohibiting gray market or counterfeit products, aligning with the VA's commitment to quality service and equipment integrity.
    Lifecycle
    Similar Opportunities
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    6515--Repair of Prosthetics-Long-term DME Contract (VA-25-00036581)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors for a long-term contract focused on the repair and maintenance of durable medical equipment (DME) and home medical equipment (HME) for eligible Veterans. The contract will encompass comprehensive services including delivery, pick-up, storage, sanitizing, and repair of mobility devices such as manual wheelchairs, power chairs, and scooters, ensuring compliance with The Joint Commission standards. This initiative is crucial for providing essential support to Veterans, enhancing their mobility and quality of life. Interested parties must submit their capabilities, including business size classifications and a Unique Entity Identifier (UEI), to Contract Specialist Kimberly Anderson at kimberly.anderson6@va.gov by February 5, 2025, at 3:00 PM CST. Responses to this notice do not obligate the Government to award a contract.
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    6515--NX EQ Extracorporeal Perfusion Pumps
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Terumo Extracorporeal Perfusion Pumps or equivalent products through a nationwide requirements contract. This procurement aims to ensure a reliable supply of critical medical devices necessary for heart-lung bypass procedures, with specific requirements related to functionality, safety features, and adaptability for emergency operations. The anticipated contract will commence with a 12-month base period, followed by four additional one-year options, contingent upon performance and ongoing need. Interested vendors must submit technical literature and company information to Contract Specialist Daleta Coles at Daleta.Coles@va.gov by the specified deadlines, ensuring compliance with federal procurement standards.
    Getinge Care Technical Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 07, intends to award a sole-source contract for Getinge Care Technical Services to Getinge USA Sales, LLC, for the Birmingham VA Medical Center in Alabama. This contract will cover maintenance and support for Getinge intra-aortic balloon pumps (IABPs), including preventative maintenance, repairs, parts, and remote support, over a base year and four option years. The necessity for this procurement arises from Getinge's status as the sole supplier of factory-authorized original equipment manufacturer (OEM) parts and services, which are critical for ensuring the operational efficiency and longevity of the medical equipment. Interested parties must submit their capabilities documentation to Ashley Stewart at Ashley.Stewart4@va.gov by February 7, 2025, at 2:00 PM EST, as the anticipated award date is February 17, 2025, with the contract valued within the Simplified Acquisition Threshold of $250,000.
    6515--Ventilators, MA, 36C255-25-AP-0833, 657-25-1-2723-0016 (VA-25-00035233)
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying ventilators for the Marion VA Medical Center in Illinois. The VA seeks detailed information from interested parties, including company capabilities, past performance, and business classifications, to assess the market before potential procurement actions. This initiative underscores the importance of obtaining high-quality medical supplies while ensuring compliance with federal regulations, particularly the prohibition of gray market items and the requirement for original equipment manufacturer (OEM) or authorized distributor products. Interested vendors must submit their responses to Contracting Officer Paul Dixon by 2:00 p.m. (CST) on February 21, 2025, at paul.dixon@va.gov.
    4320--Intent to Sole Source-Secondary Pumps Replacement James A. Haley Veterans' Hospital
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract for the removal and replacement of specialized secondary pumps at the James A. Haley Veterans' Hospital in Tampa, Florida. The procurement specifically involves the OR11 Operating Room pumps and Lab AHU pumps, which require unique technical expertise that only OST Services can provide. This specialized equipment is critical for ensuring proper patient care and maintaining safety standards during operations. Interested vendors capable of meeting the requirements must submit their qualifications by 12:00 PM EST on February 5, 2024, to the Contract Specialist, Katrina Tavares, at katrina.tavares@va.gov. The procurement falls under NAICS code 811310, with a small business size standard of $12.5 million.
    NX EQ Heart-Lung Bypass Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.
    J065--Boston Scientific Laser Maintenance - Iowa City VA
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for Medical Laser Maintenance Services to Boston Scientific for the Iowa City VA Health Care System. This procurement is necessitated by the proprietary nature of the maintenance services, which can only be provided by Boston Scientific, the original equipment manufacturer (OEM) of the medical lasers in use. The contract, estimated at $28,000 for the base year and $57,600 total (base plus one option year), underscores the critical need for specialized service to ensure compliance with safety regulations and the proper upkeep of complex medical equipment. Interested vendors may submit capability statements to Savannah Weberg, Contracting Specialist, at savannah.weberg@va.gov, as the government will consider these submissions to determine if competitive procurement is feasible.