R426--Audio Care Maintenance and Support Services *SOLE SOURCE*
ID: 36C25725Q0226Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)
Timeline
    Description

    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole-source contract to MUMPS AUDIOFAX INC. for Audio Care Maintenance and Support Services. This contract will encompass the provision of all necessary labor, materials, equipment, and supervision for remote installation, training, technical support, and ongoing maintenance of Audio Care products throughout the contract's duration. The services are critical for ensuring the effective operation and support of audio care systems used within the Veterans Health Administration. Interested parties may submit an authorized distribution letter and capability statement to the primary contact, Matt Lee, at matthew.lee5@va.gov, within five days of this notice; otherwise, the contract will be awarded to MUMPS AUDIOFAX INC. without further notice. The procurement is justified under 41 U.S.C. 3304(a)(1) for other than full and open competition.

    Point(s) of Contact
    Matt LeeContracting Specialist
    (210) 393-9281
    matthew.lee5@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through Network Contracting Office 17, is planning to award a sole-source contract to MUMPS AUDIOFAX INC. for Audio Care Maintenance and Support Services. The contract involves providing labor, materials, equipment, and supervision for remote installation, training, technical support, and maintenance of Audio Care products throughout the contract's duration. The notice states that this is not a request for proposals, but other interested parties may submit an authorized distribution letter and capability statement to be considered. If no competitive proposals are received within five days of publication, MUMPS AUDIOFAX INC. will be awarded the contract. The procurement falls under 41 U.S.C. 3304(a)(1) for other than full and open competition, indicating a unique requirement that justifies the sole-source approach. This notice reflects the VA's intent to secure necessary support services efficiently.
    Lifecycle
    Title
    Type
    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.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    J065--GENEXPERT PREVENTATIVE MAINTENANCE SERVICE AGREEMENT
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Cepheid Inc. for the maintenance and repair services of GeneXpert systems at the Durham VA Medical Center in North Carolina. This procurement is essential to ensure the operational efficiency of the GeneXpert systems, which are critical for medical diagnostics and patient care. The government has determined that Cepheid Inc. is the only authorized vendor capable of providing these specialized services, and while this notice is not a request for competitive bids, expressions of interest from other contractors will be considered within three days of the notice. Interested parties should contact Contracting Officer Harold McQuillia at harold.mcquillia@va.gov for further information.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    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.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    DA10--TeraRecon Picture Archiving Computer System (PACS) Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to TeraRecon Inc. for the maintenance and support of the TeraRecon Picture Archiving Computer System (PACS) at the Philadelphia VA Medical Center (VAMC). This contract, effective from March 11, 2025, for a base year with four optional years, aims to ensure the continuous operability of the PACS, which is critical for storing diagnostic patient images. Key services required include software licensing, hardware and software support, and timely response to service calls based on the severity of issues encountered. Interested parties must submit capability statements demonstrating their qualifications by February 13, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.
    J065--Base YR (05/01/2025-04/30/206) + 4 OYs Milwaukee Abiomed Impella Maintenance
    Buyer not available
    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.