J065--Calibration services for all VA-owned audiology equipment
ID: 36C26125Q0333Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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 award a sole-source contract to E3 Diagnostics, Inc. for calibration services of all VA-owned audiology equipment at the Northern California Health Care System (VANCHCS). The contract will require the contractor to perform calibrations in accordance with manufacturer specifications, provide necessary parts and documentation, and comply with federal and VA standards, emphasizing the importance of maintaining high operational standards for critical healthcare equipment. The contract is set to cover a base period and four one-year options, running from April 1, 2025, to March 30, 2030, with expressions of interest accepted until March 14, 2025. For further inquiries, interested parties can contact Contract Specialist Durell Salaz at durell.salaz@va.gov.

    Point(s) of Contact
    Durell SalazContract Specialist
    None
    durell.salaz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to E3 Diagnostics, Inc. for calibration services of all VA-owned audiology equipment at the Northern California Health Care System (VANCHCS). The solicitation (36C26125Q0333), which does not allow for competitive proposals, is open for expressions of interest until March 14, 2025. The contract will cover a base period and four one-year options, running from April 1, 2025, to March 30, 2030. Key requirements include performing cali bration in line with manufacturer specifications, providing necessary parts and documentation, and adhering to various federal and VA standards. The contractor must have qualified field service engineers with specific training and experience in audiology calibration and must comply with regulations regarding bloodborne pathogens. Compliance with reporting, documentation, and equipment condition standards is mandatory. The VA emphasizes a cooperative service arrangement, strictly rejecting any additional charges without prior authorization and holding contractors accountable for adherence to service protocols and timelines. This notice reflects the VA's efforts to maintain high standards of operation for critical healthcare equipment through specific contract agreements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6640--MADSEN CAPELLA PROBE 36C252-25-AP-1705
    Buyer not available
    The Department of Veterans Affairs is seeking quotes from qualified vendors for the procurement of Madsen Capella 2 Probes and related equipment, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to acquire essential medical diagnostic equipment that includes capabilities for otoacoustic emissions testing, which is critical for efficient patient diagnostics. Interested vendors must submit their quotes by March 14, 2025, at 3 p.m. CST, and ensure compliance with all submission requirements, including registration in the VetBiz.gov database and adherence to subcontracting limitations. For further inquiries, vendors can contact Contract Specialist Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.
    J065--Notice of Intent to Award Sole Source Preventative Maintenance Services for PLETHYSMOGRAPHS
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to MGC Diagnostics Corporation for preventative maintenance services of plethysmographs at the VA Northern California Health Care System. The contract encompasses comprehensive maintenance and support for four whole-body plethysmographs and one Breeze Connect multi-user interface, ensuring compliance with regulatory standards and the provision of timely maintenance, including routine inspections and emergency services. This procurement is critical for maintaining high-quality healthcare services through effective management of medical equipment, reflecting the VA's commitment to patient care. Interested parties must submit their capability statements by March 15, 2025, and ensure current registration in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    DA01--VoiceOver Pro Maint - MPLS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source contract to Voicebrook, Inc. for maintenance services of the VoiceOver Pro system. This procurement is necessitated by the proprietary nature of the equipment, which is exclusively supplied by the Original Equipment Manufacturer, thereby limiting third-party installations. The contract, identified by solicitation number 36C26325Q0518, is not open for competitive bidding; however, interested vendors may submit capability statements within ten days of the notice, with the agency retaining the right to reconsider the competitive nature of the procurement based on the responses received. Responses are due by March 14, 2025, at 1:00 PM Central Time, and inquiries can be directed to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    J065--Philips X-Ray Equipment Maintenance Service
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Philips Healthcare, LLC, for maintenance services of Philips radiology equipment at the Battle Creek VA Medical Center. This contract is set to span from May 18, 2025, to May 17, 2026, and is being pursued under FAR 6.302.1, which permits such procurement when only one source is viable. The maintenance of this specialized medical equipment is crucial for ensuring the continued operation and reliability of radiological services provided to veterans. Interested parties must submit any responses by 1:00 PM EDT on March 7, 2025, and all communications should be directed to the contracting officer, Tracy L. Granger, at Tracy.Granger@va.gov or by phone at (734) 222-4294.
    6515--Computerized Dynamic Posturography (CDP)
    Buyer not available
    The Department of Veterans Affairs is seeking to procure a sole source contract for a Computerized Dynamic Posturography (CDP) system, specifically the Virtualis Motion VR CDP from E3 Diagnostics, for use in the ENT Department. This system is intended to quantitatively assess balance and stability in patients experiencing dizziness or imbalance, thereby enhancing their treatment plans. The procurement is being conducted under FAR regulations for single source awards, indicating that competitive bidding will not be pursued at this time. Interested parties can direct inquiries to Contract Officer Steven MacDonald at steven.macdonald@va.gov or by phone at 414-844-4882, noting that the government will not reimburse any costs incurred in response to this announcement.
    6515--Presolicitation Rental/Lease ABL90 America Blood Gas Machines
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the rental or lease of three Radiometer ABL90 Blood Gas Analyzers, along with maintenance services, under a firm fixed-price contract valued at $34 million. This procurement aims to enhance patient care by providing advanced medical device capabilities, ensuring that the equipment meets stringent health regulations while offering necessary maintenance support, including annual upkeep and rapid service response times. Interested contractors must submit their quotations by March 10, 2025, and demonstrate authorization from the Original Equipment Manufacturer (OEM) for maintenance, with compliance to federal regulations being a critical requirement. For further inquiries, contractors can contact Contract Specialist James L Moore at james.moore14@va.gov.
    6515--Equipment - Albany VA Patient Monitors (VA-25-00038703)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the procurement of a Philips Patient Monitoring System, including necessary system upgrades, through a presolicitation notice (36C24225Q0386). This contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded as a Firm-Fixed Price contract, with an estimated value above the simplified acquisition threshold. The procurement emphasizes the need for new Original Equipment Manufacturer (OEM) items only, ensuring that vendors provide verification of their authorized dealership status to maintain the quality of healthcare equipment for Veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of offer, with the solicitation expected to be released around March 17, 2025. For inquiries, vendors should contact Contract Specialist LaTriece Bruce via email at latriece.bruce@va.gov, as telephone inquiries will not be accepted.
    DE01--Auditorium Service Maintenance Agreement NOI
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 21, is seeking to negotiate a sole source contract for an Auditorium Service Maintenance Agreement to support the audio-visual system at the Veterans Affairs Southern Nevada Health Care System in North Las Vegas, NV. The selected contractor, Four Points Technology, LLC, must be a Crestron Certified partner and will provide a comprehensive service solution that includes proprietary licenses, routine maintenance, remote assistance, and a web-based operational interface for ticketing and updates, along with bi-annual site visits for system checkups and software updates. This contract is crucial for ensuring the operational efficiency of the audio-visual systems used in the facility, with the estimated contract period running from April 1, 2025, to March 31, 2026, and responses due by March 12, 2025. Interested parties can express their capabilities to the Contracting Officer, Larry Facio, at Larry.Facio@va.gov or by phone at 916-923-4553, noting that no financial compensation for proposals will be provided.