J065--INTENT TO SOLE SOURCE BD Max PM / REPAIR FOR CT2515
ID: 36C24525Q0301Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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 intends to award a sole source service contract for the preventive maintenance and repair of a BD Max device, specifically serial number CT2515, located at the VA Medical Center in Martinsburg, West Virginia. This contract is structured as a base year with four optional extension years, reflecting the critical need for specialized maintenance support that can only be provided by Becton, Dickinson and Company (BD), the sole provider of direct factory-trained service personnel for this equipment. The BD Max device is essential for medical operations, and the contract ensures compliance with strict ISO and Good Manufacturing Practices (GMP) for servicing, thereby safeguarding the operational integrity of the equipment. Interested parties should direct all communications to the contracting officer, Bradley Davis, at BRADLEY.DAVIS3@VA.GOV, with a response deadline set for February 17, 2025, at 9:00 AM Eastern Time.

    Point(s) of Contact
    BRADLEY DAVISCONTRACTING OFFICER
    304-263-0811 x4971
    BRADLEY.DAVIS3@VA.GOV
    Files
    Title
    Posted
    The Special Notice outlines the intent of the Department of Veterans Affairs (VA) to award a sole source service contract for preventive maintenance and repair of a BD Max device, serial number CT2515, located at the VA Medical Center in Martinsburg, West Virginia. The contract is structured as a base year with four optional extension years, emphasizing the necessity of dedicated maintenance support. The sole source provision is based on a statement from Becton Dickson indicating that no third-party vendors have access to necessary parts or software for the device, confirming the lack of competitive procurement options. This contract, identified under Product Service Code J065 and NAICS 811210, highlights the VA's commitment to ensuring specialized care and compliance with operational needs specific to their medical equipment. All communication regarding this contract should be directed to the contracting officer, Bradley Davis, at the provided email address. The response deadline for submissions is set for February 17, 2025, at 9:00 AM Eastern Time.
    Becton, Dickinson and Company (BD) has issued a statement asserting its role as the sole provider of direct factory-trained service personnel for the BD MAX instrumentation. BD emphasizes its ISO certification, which ensures compliance with strict ISO and Good Manufacturing Practices (GMP) for servicing and verification procedures of its instruments. The company outlines its rigorous training protocols for Field Service Engineers, highlighting the maintenance and auditing of training records by their Quality Management and Regulatory Compliance Department. Furthermore, BD warns that any unauthorized repairs or modifications to BD MAX instruments by third parties may lead to defects and void applicable warranties or service contracts. This document underlines the importance of using authorized service providers, ensuring quality and compliance within the scope of federal and local purchasing agreements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--SOLE SOURCE NOTICE - SDV MEDICAL - SERVICE AND MAINTENANCE CONTRACT TABLO CONSOLE - BALTIMORE VA MEDICAL CENTER - 512-25-2-098-0369
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Notice for a Service and Maintenance Contract for the Tablo Hemodialysis machines at the Baltimore VA Medical Center, specifically awarded to SDV Medical, a verified Service-Disabled Veteran Owned Small Business (SDVOSB). The contract, referenced by solicitation number 36C24525Q0304, aims to ensure the operational integrity, performance, reliability, and safety of the hemodialysis units, with the awarded contractor responsible for providing all necessary parts and maintenance services. This procurement reflects the VA's commitment to supporting veteran-owned businesses while ensuring the availability of critical medical equipment services. Interested parties should note that the response deadline is February 18, 2025, at 10:00 AM Eastern Time, and for further inquiries, they can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Omnicell, Inc. for the maintenance and support of government-owned Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a one-year base period starting March 15, 2025, with options for two additional years, and will include comprehensive services such as maintenance, repairs, software updates, and technical support to ensure compliance with original equipment manufacturer standards. This procurement is critical for maintaining high standards of patient care through reliable equipment servicing, as Omnicell, Inc. is the only authorized provider for these services. Interested firms may submit written notifications of their capability to meet the requirements by February 19, 2025, at 2:00 PM ET, directed to Contract Specialist Lisa Harris via email at Lisa.Harris4@va.gov.
    J065--Base Year | PM SVC BIOMERIEUX LAB ANALYZERS WD Exempt
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for preventive maintenance and repair services for VITEK LAB ANALYZERS to BIOMERIEUX, INC. This firm-fixed-price contract aims to upgrade the current server at the San Diego VA Medical Center, ensuring the continued functionality and reliability of critical medical equipment. The procurement falls under NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and is governed by FAR regulations allowing for single-source contracts under specific conditions. Interested vendors are invited to submit their capability statements and past performance experiences by 12:00 PM on December 19, 2024, to the primary contact, Charity Cazee, at charity.cazee@va.gov or by phone at 520-792-1450.
    J065--SOLE SOURCE JUSTIFICATION NOTICE - TO STERIS CORPORATION SERVICE AND MAINTENANCE CONTRACT - Hershel Woody Williams VA Medical Center 581-25-3-087-0101
    Buyer not available
    The Department of Veterans Affairs is issuing a Sole Source Justification Notice for a service and maintenance contract with Steris Corporation, specifically for the Hershel Woody Williams VA Medical Center. This contract is essential for the maintenance and repair of medical equipment manufactured by Steris, as they are the only authorized supplier for parts and services related to their products. The importance of this procurement lies in ensuring compliance with original equipment specifications and maintaining optimal performance through preventive maintenance inspections, which are critical for healthcare operations. Interested parties can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411, with a response deadline set for February 18, 2025. Funding for this contract does not derive from the Recovery Act.
    J065--DynaCAD Service Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to negotiate a sole-source contract with Philips Medical Systems for a DynaCAD Service Maintenance Agreement. This procurement is based on the determination that Philips is uniquely qualified to meet the service requirements under FAR 6.302-1, which permits single-source procurement when no other options are viable. The DynaCAD system is critical for medical imaging and diagnostics, making this maintenance agreement essential for the continued operation of VA medical facilities. Interested parties who believe they can meet the requirements are encouraged to submit their capability statements or proposals by 2 PM EST on February 14, 2025, to the Contracting Officer, Chad Kemper, at chad.kemper@va.gov or by phone at (937) 268-6511 ext. 4541.
    6550--Intent to Sole Source Histology Reagents and Supplies
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for histology reagents and supplies, specifically for use in various VA medical facilities in Massachusetts and surrounding states, including the VA Boston Healthcare System and the VA Connecticut Healthcare System. The contractor will be responsible for providing these reagents on an as-needed basis, ensuring that inventory levels meet the specific requests of individual laboratories while adhering to detailed reporting obligations regarding purchases. This procurement is crucial for maintaining high standards of healthcare services for veterans, with compliance to federal privacy and security regulations emphasized throughout the contract. Interested parties may express their capability to fulfill the requirements, and responses are due by February 17, 2025. For further inquiries, contact Contracting Specialist Manases Cabrera at manases.cabrera@va.gov or by phone at 781-687-4418.
    J065--Karl Storz Service Agreement | Base and 1OY Columbus VAACC Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to negotiate a sole-source Firm-Fixed Price Contract for a service agreement with Karl Storz Endoscopy America, specifically for the Columbus VAACC facility. This procurement aims to secure specialized maintenance and repair services for Karl Storz surgical equipment, which is critical for ensuring the operational readiness and effectiveness of medical procedures at the facility. Interested contractors are invited to submit a capabilities statement by February 28, 2025, at 10:00 AM Eastern Time, directed to Contracting Officer Michael Groneman and Contracting Specialist Andrew Arnst via email. Please note that the government will not reimburse any costs incurred in the submission process.
    6515-- BARD Radiology Stents
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source a contract for the procurement of seven Fluency Stents from Bard Peripheral Vascular, Inc. This procurement is essential for the Interventional Radiology Service at the Providence VA Medical Center, as these stents are uniquely FDA-approved for treating dialysis fistulas and grafts, demonstrating superior performance compared to alternative products. The intent to streamline procurement aims to enhance patient care within the VA system and reduce reliance on external community care for veterans. Interested parties are invited to submit their qualifications by February 12, 2025, at 4:00 PM EST to the designated Contract Specialist, Divianna Mathurin, at divianna.mathurin@va.gov or by phone at 914-325-3258.