Onsite Maintenance and Repairs to Phillips Radiology X-Ray machine AWS-TX (DiDi Blue Dragon)
ID: 25-MRCO-WEST-69Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking a contractor for onsite maintenance and repairs of a Phillips Radiology X-Ray machine, AWS-TX (DiDi Blue Dragon), located at Munson Army Health Center in Fort Leavenworth, Kansas. The procurement aims to secure specialized service support from Philips North America LLC, as the maintenance requirements exceed the facility's in-house capabilities and are critical for daily patient care. This sole-source contract is justified by the urgency of the need and the reliance on the manufacturer's expertise, given that this is the only X-Ray machine in operation at the facility. Interested parties can contact Bobby Etheridge at bobby.j.etheridge.civ@health.mil for further details regarding this fixed-price contract, which is funded through Operations and Maintenance Army funds.

    Point(s) of Contact
    Files
    Title
    Posted
    The Medical Health Contracting Office-West seeks to sole source maintenance and repairs for a Phillips Radiology X-Ray machine, AWS-TX (DiDi Blue Dragon), at Munson Army Health Center, Fort Leavenworth, KS. The contractor, Philips North America LLC, is required for onsite service support as the system's maintenance exceeds in-house capabilities, and it's essential for daily patient care. The contract is classified as a fixed price and falls under the Operations and Maintenance Army funds. The justification for limiting competition derives from the urgency of the need and the reliance on the manufacturer's expertise, as it is the sole X-Ray machine in use at the facility. Market research confirmed no small businesses could fulfill this requirement and highlighted the absence of alternative contracts for similar support services. The action adheres to FAR regulations, permitting a sole-source contract due to specific circumstances. Overall, this memorandum indicates a focused effort to maintain critical medical technology supporting patient care while navigating procurement regulations.
    Similar Opportunities
    J065--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Philips Imaging Medical Equipment to enhance medical imaging capabilities at the VA Greater Los Angeles Healthcare System. This solicitation, designated as 36C26225Q0524, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with stringent quality standards, including the requirement for original equipment manufacturer (OEM) products. The total funding amount for this contract is approximately $34 million, with responses due by March 20, 2025, at 11:00 AM Pacific Time. Interested parties can contact Contract Specialist David Odne at david.odne@va.gov or (562) 766-2328 for further information.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    Mobile X-Ray Baggage Scanners
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of mobile X-ray baggage scanners to be deployed at 17 Military Entrance Processing Stations (MEPS) across the United States. The procurement includes the supply, delivery, installation, and training for the new scanners, as well as the removal and disposal of outdated equipment, ensuring compliance with specified technical standards and safety regulations. This initiative is crucial for enhancing security measures at MEPS, facilitating effective screening of applicants entering the Armed Services. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil or John Haarala at john.haarala3.civ@army.mil for further details regarding the solicitation process.
    Notice of Intent to Sole Source – Philips Healthcare
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Philips Healthcare for modifications to the Carestream Picture Archive and Communication System (PACS) at the NIH Clinical Center's Department of Radiology. The objective of this procurement is to create an ORU interface for the Valor system, which is critical for daily operations and patient care within the radiology department. Philips Healthcare is uniquely qualified to perform these modifications as they are the original vendor of the PACS and Radiology Information System, ensuring familiarity with the systems' internal operations. Interested parties may express their capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov by April 3, 2025, at 11 AM EST, although the government retains discretion over the decision not to compete this requirement.
    Computed Radiography Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Computed Radiography Unit, which includes a CR reader and imaging plates, essential for military operational readiness. The equipment must feature advanced capabilities such as laser scanning technology and high-resolution data processing, along with necessary accessories for effective operation and mobility. This procurement is a total small business set-aside, with quotes due by March 18, 2025, and delivery expected within 30 days after award, contingent upon funding availability. Interested vendors can contact Paula Garcia at paula.garcia.1@us.af.mil or Thomas Hembree at thomas.hembree@us.af.mil for further details.
    Maintenance
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with AB Sciex LLC for maintenance services of designated laboratory equipment at the Defense Health Agency (DHA) located at Dover Air Force Base, Delaware. The procurement involves a Firm Fixed Price (FFP) maintenance contract that includes preventative maintenance, inspections, calibrations, and corrective repairs for AB Sciex laboratory equipment, which must be maintained according to original equipment manufacturer (OEM) specifications to ensure optimal performance. Interested parties are invited to submit their capability statements, including technical data and cost estimates, by 4:00 PM Local ET on March 28, 2025, to Brian Miller at brian.d.miller1.civ@health.mil, referencing notice number W81XWH19R0039.
    Q702--Sources Sought Notice | MRI Preventative Maintenance and Service Repair
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 19, is seeking vendors capable of providing comprehensive MRI Preventative Maintenance and Repair Services for the Titan-16-S MRI machine at the Cheyenne VA Medical Center in Wyoming. The contract will encompass both corrective and preventative maintenance, including cleaning, software diagnostics, and parts replacement, all in accordance with original equipment manufacturer (OEM) standards. This procurement is critical to ensuring the operational efficiency and compliance of essential medical equipment used in veteran healthcare. Interested vendors must submit their company information, including business size classification, by March 24, 2025, at 10 AM Central Time. For further inquiries, contact Contract Specialist Karly Morris at Karly.Morris@va.gov.
    Bayer Injectors
    Buyer not available
    The Department of Defense, specifically the Army's Joint Base Lewis-McChord Health Contracting Branch, intends to award a sole-source contract for maintenance and repair services of Bayer Injectors Systems. This procurement requires certified Bayer Healthcare service technicians to ensure compliance with proprietary software updates and calibration, emphasizing the importance of maintaining high-quality healthcare for military beneficiaries. The contract is expected to span three years, from May 1, 2025, to April 30, 2028, with interested parties encouraged to submit their capabilities documentation by March 20, 2025, to Nadine Kohler and Scott Barr via email.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for an x-ray software image inspection system at the McAlester Army Ammunition Plant. This procurement requires the original installer, VJ Technologies Inc, to provide proprietary software that is compatible with the existing x-ray system, ensuring uniform compatibility and performance. The purchase will be conducted under 'other than full and open competition' as authorized by FAR 6.302-1, and this notice is not a request for offers. For further inquiries, interested parties may contact Andrea Jones at andrea.jones36.civ@army.mil.