J065--Varian Edge LINAC PM Service Contract - New Base 4 OY
ID: 36C25925Q0222Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, 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) is seeking to sole source a contract for preventative maintenance services for the Varian Edge Linear Accelerator (LINAC) at the Oklahoma VA Health Care System. The procurement aims to ensure high-quality service through specialized vendor engagement, specifically requiring services that include performance and repairs, service calls, software updates, help desk support, modifications, parts, and shipment, which can only be fulfilled by the original equipment manufacturer, Varian Healthcare. This maintenance is critical for the operation of essential medical equipment, ensuring the continued delivery of healthcare services to veterans. Interested businesses that believe they can meet these requirements must submit written evidence of eligibility to the Contract Specialist, Shanta Harrison, by February 14, 2025, with the applicable NAICS code being 811210 and a size standard of $34 million.

    Point(s) of Contact
    Shanta HarrisonContract Specialist
    (303) 712-5719
    Shanta.Harrison@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 19 intends to sole source a contract for preventative maintenance services for the Varian Edge Linear Accelerator (LINAC) at the Oklahoma VA Health Care System. This procurement will be conducted under FAR 13.106-1(b) due to the unique and specialized nature of the services, which can only be fulfilled by Varian Healthcare, the original equipment manufacturer. The required maintenance includes performance and repairs, service calls, software updates, help desk support, modifications, parts, and shipment. Businesses believing they can meet these requirements may submit written evidence of eligibility to the Contract Specialist, Shanta Harrison, by February 14, 2025. The notice clarifies that no competitive quotes will be requested, and any decision to pursue alternative suppliers lies solely with the government. The applicable NAICS code is 811210, and the size standard for eligibility is $34 million. Overall, this special notice signifies the VA's intent to ensure high-quality service for essential medical equipment through specialized vendor engagement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Varian - Truebeam - Service Agreement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking qualified small business firms to provide a service agreement for the Varian TrueBeam Radiotherapy System and two RPM Gating Systems at the Louis Stokes Cleveland VA Medical Center. This Sources Sought Notice aims to gather market research information to identify capable contractors for preventative maintenance and service of existing systems, emphasizing the VA's commitment to promoting participation from Service-Disabled Veteran Owned and Veteran Owned businesses. The maintenance of these medical systems is crucial for ensuring the continued delivery of high-quality healthcare services to veterans. Interested parties are required to submit their company information, capability statements, and evidence of OEM authorization by February 19, 2025, and can direct inquiries to Contracting Officer Chad Kemper at chad.kemper@va.gov or (937) 268-6511 ext. 4541.
    J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the preventative and corrective maintenance of the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contract requires the contractor to provide all necessary labor, materials, and services to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and on-site corrective repairs, with technician support required five days a week and emergency service available after hours and on holidays. This initiative is crucial for maintaining high standards of healthcare services, ensuring compliance with manufacturer protocols and The Joint Commission standards. Interested small businesses must submit their proposals by February 18, 2025, with inquiries accepted until February 10, 2025, directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    J065--DynaCAD Service Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to negotiate a sole-source contract with Philips Medical Systems for a DynaCAD Service Maintenance Agreement. This procurement is based on the determination that Philips is uniquely qualified to meet the service requirements under FAR 6.302-1, which permits single-source procurement when no other options are viable. The DynaCAD system is critical for medical imaging and diagnostics, making this maintenance agreement essential for the continued operation of VA medical facilities. Interested parties who believe they can meet the requirements are encouraged to submit their capability statements or proposals by 2 PM EST on February 14, 2025, to the Contracting Officer, Chad Kemper, at chad.kemper@va.gov or by phone at (937) 268-6511 ext. 4541.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    6515--Siemens Symbia Evo M&R
    Buyer not available
    The Department of Veterans Affairs is planning a sole source procurement for maintenance and repair services for the Siemens Symbia Evo system located at the West Texas VA Health Care System in Big Spring, TX. Siemens Medical Solutions USA, Inc. has been identified as the only vendor capable of providing the necessary replacements and supplies for this specialized medical equipment, as a market assessment revealed no alternative approved vendors. This procurement is critical for ensuring the operational integrity of the medical imaging system, which plays a vital role in patient care. Interested parties may submit capability statements within five days of the notice publication; otherwise, a contract will be awarded to Siemens without further notification. For inquiries, contact Contract Specialist Joshua Weisman at joshua.weisman@va.gov or (432) 213-7094.
    J065--SOLE SOURCE NOTICE - SDV MEDICAL - SERVICE AND MAINTENANCE CONTRACT TABLO CONSOLE - BALTIMORE VA MEDICAL CENTER - 512-25-2-098-0369
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Notice for a Service and Maintenance Contract for the Tablo Hemodialysis machines at the Baltimore VA Medical Center, specifically awarded to SDV Medical, a verified Service-Disabled Veteran Owned Small Business (SDVOSB). The contract, referenced by solicitation number 36C24525Q0304, aims to ensure the operational integrity, performance, reliability, and safety of the hemodialysis units, with the awarded contractor responsible for providing all necessary parts and maintenance services. This procurement reflects the VA's commitment to supporting veteran-owned businesses while ensuring the availability of critical medical equipment services. Interested parties should note that the response deadline is February 18, 2025, at 10:00 AM Eastern Time, and for further inquiries, they can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    J065--SOLE SOURCE JUSTIFICATION NOTICE - TO STERIS CORPORATION SERVICE AND MAINTENANCE CONTRACT - Hershel Woody Williams VA Medical Center 581-25-3-087-0101
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Justification Notice for a service and maintenance contract with Steris Corporation, specifically for the Hershel Woody Williams VA Medical Center. This contract is essential for the maintenance and repair of medical equipment manufactured by Steris, as they are the only authorized supplier for parts and services related to their products. The importance of this procurement lies in ensuring compliance with original equipment specifications and maintaining optimal performance through preventive maintenance inspections, which are critical for healthcare operations. Interested parties can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411, with a response deadline set for February 18, 2025. Funding for this contract does not derive from the Recovery Act.
    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.