Notice of Intent to purchase sole source powered wheelchair
ID: 36C256-24-AP-5442Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contract Office 16, intends to issue a sole source contract for the procurement of a Falcon 1820 Trackstander powered wheelchair for the Central Arkansas Veterans Healthcare System. This acquisition is necessitated by the immediate medical needs of a Veteran, as prescribed by their attending physician, who has determined that this specific device is essential for the patient's treatment and functional limitations. The decision to award the contract to Carlson Mobility follows market research confirming that they are the only vendor capable of supplying the required equipment, in accordance with FAR 6.302-1. Interested parties are encouraged to express their interest by providing relevant business information to the designated Contracting Officer, Bennett Smith, at bennett.smith2@va.gov, with emphasis on the importance of registration with the System for Award Management (SAM) and VetBiz Registry for future opportunities.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs Network Contracting Office (NCO) 16 plans to award a Sole Source contract to Carlson Mobility for procuring a Falcon 1820 Trackstander powered wheelchair at the Central Arkansas Veterans Healthcare System. This decision follows market research that identified only Carlson Mobility as capable of supplying the required brand name equipment, in line with Federal Acquisition Regulation FAR 6.302-1, which allows for single-source contracts in specific circumstances. Interested parties are invited to express their interest by providing specific information about their business size, socio-economic status, and necessary authorizations, particularly from Horton’s Orthotic Lab if applicable. Responses must be submitted to the designated Contracting Officer by the specified deadline. This notice serves solely as an informational solicitation, with no competitive quotes or proposals requested, and emphasizes the importance of registration with the System for Award Management (SAM) and VetBiz Registry for any future contractual opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    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.
    6515--Aethon Zena Rx Smart Autonomous Mobile Robots, Durham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, intends to award a sole source contract to Aethon Inc. for the procurement of four Aethon Zena Rx smart autonomous mobile robots for the Durham VA Medical Center. This procurement is critical for enhancing operational efficiency in medical supply management and falls under NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing. The contract will be executed for a one-year period, and interested vendors must submit their capabilities to the primary contact, Monique Cordero, at monique.cordero@va.gov by December 22, 2024, at 10:00 AM EST. It is important to note that gray market items will not be accepted, and vendors must provide authorization letters to ensure compliance with OEM warranty and service requirements.
    6515--FES Cycling System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a Functional Electrical Stimulation (FES) cycling system, specifically the Myolyn Myocycle V2 Pro Plus or an equivalent product. The procurement aims to identify vendors capable of meeting specific requirements, including at least 10 integrated FES therapy channels, a 10-inch touchscreen controller, an electrode set, a weight capacity of up to 120 kilograms, and an arm crank length of at least 117 millimeters. This equipment is crucial for rehabilitation and therapy for veterans, enhancing their recovery and mobility. Interested vendors must submit their responses, including capabilities statements and pricing information, via email to Nathan Munson at Nathan.Munson@va.gov by December 15, 2025, at 4:00 PM EST.
    2510--UTV-Mini Ambulance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a UTV-Mini Ambulance for the VA San Diego Intensive Care Unit (ICU) as outlined in Sources Sought Notice (SSN) 36C26226Q0171. The procurement aims to identify potential vendors, particularly Veteran-owned and small businesses, capable of delivering a gasoline-powered MedSTAT enclosed UTV ambulance equipped for rapid response and Code Blue emergencies, with specific features such as run-flat tires, locking doors, and patient compartments. This vehicle is crucial for enhancing emergency medical response capabilities on campus and at nearby transit stops. Interested vendors must respond with their business size, ability to meet the draft Statement of Work (SOW), and compliance with the Buy American Act, with inquiries directed to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284. A formal solicitation will be published later on SAM.gov or eBuy GSA.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries in the Boston, Massachusetts area. The procurement aims to support an estimated 5,000 one-way trips per month, ensuring that veterans have access to necessary transportation services. This sources sought notice is part of the government's efforts to evaluate market capacity and may lead to a contract that could be set aside for small businesses or opened to full competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to David Roy at David.Roy@va.gov and Sebastian Freeze at Sebastian.Freeze@va.gov.
    V119--Wheelchair Van Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    3805--CAT 255 Track Loader
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C25226Q0142) to identify qualified businesses capable of providing a brand-name or equal CAT 255 Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires a track loader with specific features, including a minimum engine power of 74 HP, an operational weight between 8,500-10,000 lbs, high hydraulic flow of at least 30 GPM, rubber tracks, a lift capacity of 3,500 lbs, and a 66-inch bucket, along with various optional attachments. This equipment is crucial for the VA's operational needs, ensuring efficient earth moving and excavating tasks. Interested parties, particularly Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their company information, business category, capability statement, and manufacturer authorization by December 16, 2025, to Contracting Officer Jennifer Mead at Jennifer.Mead@va.gov or by phone at 414-844-4800.