J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
ID: 36C24226Q0172Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.

    Point(s) of Contact
    Zachary WhitingContract Specialist
    (716) 862-7461 x24620
    zachary.whiting2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 2, issued a Sources Sought Notice (36C24226Q0172) for a sole-source, firm-fixed-price purchase order to STERIS CORPORATION. This contract is for the Steris Advantage-Plus Service Agreement, providing service maintenance for Medivators at the James J. Peters VA Medical Center in Bronx, NY. STERIS CORPORATION is identified as the sole authorized service provider, justifying the non-competitive award. The services include full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site staff training. This procurement falls under NAICS 811210 and PSC J065. Interested firms believing they can meet these requirements must submit documentation to Zachary Whiting by December 8, 2025, at 10:00 AM EST.
    Lifecycle
    Similar Opportunities
    FY23 Medivator Service Contract 36C24223C0066 - Multi Site Requirement
    Buyer not available
    The Department of Veterans Affairs is seeking to award a service contract for preventative maintenance and coverage on Medivators Endoscope Reprocessor Units at multiple locations, including the Albany VAMC, Rochester VA Outpatient Clinic, and Buffalo VAMC. The contract, identified as 36C24223C0066, is specifically justified for other than full and open competition and is awarded to STERIS Corporation, which specializes in medical equipment maintenance and repair. The importance of this service lies in ensuring the operational efficiency and reliability of critical medical equipment used in patient care. Interested parties can reach out to Michael Estep at michael.estep2@va.gov or (518) 626-7218 for further details regarding this opportunity.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    6515-- O.R. Sterilizer Cases Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of specialized Arthrex OR Sterilizer Cases, essential for the proper reprocessing and sterilization of proprietary Arthrex surgical instruments used in orthopedic surgeries at the Albany VAMC. These sterilizer cases are specifically designed and validated by the manufacturer to ensure compliance with FDA regulations, Joint Commission standards, and VA policies, thereby safeguarding patient safety and preventing potential surgical delays due to improper sterilization or instrument damage. The estimated cost for this acquisition is $38,700, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    Stryker Neptune Service and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    6640--Lab Dishwasher
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a laboratory dishwasher, specifically a Brand Name or equal to the Steris Reliance 400XL Dishwasher, as part of a Sources Sought Notice (Solicitation Number: 36C26326Q0181). The procurement includes a single-door, steam-heated unit with essential features such as a heat recovery system, color touch screen programmable logic controller, HEPA-filtered drying, and various safety mechanisms, along with additional components like a non-vented drying system and a transfer cart. This specialized equipment is crucial for maintaining cleanliness and sterilization in laboratory environments, ensuring compliance with the Buy American Act, which requires vendors to specify the place of manufacture. Interested parties must submit their responses by December 10, 2025, at 4:00 PM Central Time, and can contact Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or 319-688-3631 for further information.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.