6515--Intent to Sole source -Olympus Urology Scope Lease
ID: 36C25226Q0093Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.

    Point(s) of Contact
    Mack TaylorContracting Officer
    Mack.Taylor2@va.gov
    Mack.Taylor2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO 12) Great Lakes Acquisition Center, plans to enter a sole-source procurement with OLYMPUS AMERICA INC. for Olympus Urology scopes. This action, identified under solicitation number 36C25226Q0093, falls under FAR 8.405-6(b). Other interested entities may submit responses demonstrating their capabilities by December 31, 2025, at 12:00 p.m. CST. However, this notice is not a request for competitive proposals, and the government retains discretion regarding opening the requirement to competition. No solicitation document is currently available, and the government will not cover costs incurred by responders. The NAICS code for this procurement is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing). All inquiries should be directed to Mack Taylor at Mack.Taylor2@va.gov by the response deadline, referencing “Notice of Intent from SAM.GOV” in the subject line.
    The Oscar G. Johnson VA Veterans Hospital in Iron Mountain requires a Limited Sources Justification for a new Brand Name Only Equipment and Maintenance contract for Olympus Urology Scopes. These scopes are already implemented at the facility. The contract will cover a base year plus two option years. This justification, identified by Acquisition Plan Action ID: 36C252-26-AP-0436, outlines the need for this specific brand due to existing infrastructure and aims to ensure continuity of service and best value. Market research was conducted, and the justification includes required approvals from contracting staff, with a certification signed on November 19, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    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--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.