3610--VISN 12 Ricoh MFD (Multi-Functional Devices) Equipment & Service Lease 3-Month Bridge Contract 04/01/2025-6/30/2025
ID: 36C25225Q0336Type: Special Notice
Overview

Buyer

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

NAICS

Office Machinery and Equipment Rental and Leasing (532420)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Veterans Affairs is planning to award a six-month sole-source bridge contract to Ricoh USA, Inc. for the leasing and servicing of multi-functional devices (MFDs) to support the operations of various Veterans Health Administration (VHA) medical centers, clinics, and offices. This contract will be effective from April 1, 2025, to September 30, 2025, and is being pursued under Federal Acquisition Regulation (FAR) Part 13 for simplified acquisitions, as a competitive acquisition for a new multi-year requirement is concurrently being processed by another agency. Interested vendors may submit their responses directly to the Contracting Officer, Parris S. Weidenbach, via email at parris.weidenbach@va.gov, with a justification report for the sole source to be made available at the time of the award. The North American Industry Classification System (NAICS) code for this acquisition is 532420, and the size standard is $35 million.

Point(s) of Contact
Parris S WeidenbachContract Specialist
(414) 844-4895
parris.weidenbach@va.gov
Files
Title
Posted
Mar 18, 2025, 9:07 PM UTC
The Veterans Health Administration's VISN-12 is announcing plans to award a six-month sole-source bridge contract to Ricoh USA, Inc. for leasing and servicing multi-functional devices (MFDs). This contract, running from April 1, 2025, to September 30, 2025, will support the operations of various VHA medical centers, clinics, and offices. The procurement process follows Federal Acquisition Regulation (FAR) procedures, specifically FAR Part 13 for simplified acquisitions. The solicitation is not open for competitive bids, as a separate competitive acquisition for a new multi-year requirement is being processed by another agency. Interested parties may submit responses directly to the Contracting Officer via email, while a justification report for the sole source will be made available at the time of the award. The primary focus of this notice is to notify vendors about the intended sole-source acquisition and the context of the ongoing procurement efforts.
Lifecycle
Similar Opportunities
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
J065--Canon Soltus Portable X-Ray Full-Service Maintenance at the Madison, WI VAMC
Buyer not available
The Department of Veterans Affairs intends to negotiate a sole source contract with Canon Medical Systems USA, Inc. for the full-service maintenance of a Canon Soltus Portable X-Ray System located at the William S. Middleton Memorial Veterans Hospital in Madison, WI. This procurement is justified under the authority of 41 U.S.C. 1901, which limits service agreements for Canon Radiology and Imaging Systems to the original equipment manufacturer, Canon, as only one responsible source can meet the agency's requirements. The contract will be structured as a base year with four option years, utilizing NAICS Code 811210, and interested firms must submit capability statements by April 25, 2025, to Contract Specialist Jessica Hansen at jessica.hansen@va.gov, as telephonic inquiries will not be accepted.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
HD Flex CystoNephro Videoscope Lease/Service Agreement
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
Request for Information (RFI) for an up to 60 months lease of 152 multi-functional devices and services
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry feedback through a Request for Information (RFI) regarding the procurement of 152 Multi-Functional Devices (MFDs) and associated services for the Army Materiel Command, specifically at Redstone Arsenal, AL, Anniston Army Depot, AL, and the Pentagon, Washington D.C. The objective is to establish a Firm Fixed Price (FFP) contract for a 60-month lease of these devices, which will include delivery, end-user training, full-service maintenance, and compliance with federal security standards. This initiative is crucial for enhancing operational efficiency within military communications through modern technology procurement. Interested vendors must submit their responses, including company information and any questions regarding the draft Performance Work Statement, by May 6, 2025, with inquiries due by April 29, 2025. For further details, vendors can contact Arina Zaitseva at arina.zaitseva@dla.mil or Chad Parent at chad.parent@dla.mil.
J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
6515--OLYMPUS ENF-VH Flexible video Rhino Laryngoscopes
Buyer not available
The Department of Veterans Affairs, through the Veterans Health Administration's Network Contracting Office 16, intends to award a sole-source contract to Olympus America Inc for the procurement of six ENF-VH Flexible video Rhino Laryngoscopes. This specialized medical equipment is essential for the Central Arkansas Veterans Healthcare System, and the decision to pursue a sole-source contract is justified under FAR Part 8.405-6(a)(1)(B) due to Olympus being the exclusive supplier of these items. Interested parties are invited to submit capability statements to the Contracting Officer, Arlene A. Blade, within three calendar days of this notice, with the effective contract date anticipated to be May 2, 2025. It is important to note that this announcement is not a solicitation for competitive bids, and the Government will not reimburse any costs incurred by respondents.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.