J065--Intent to Sole Source Award Omnicell Medical Equipment
ID: 36C26126Q0089Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, 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, Network Contract Office 21, intends to award a sole source firm fixed price contract to OMNICELL, INC. for the full service of Omnicell Equipment Units at the VA San Francisco Health Care System. This procurement is based on the determination that OMNICELL, INC. is the only responsible source capable of meeting the agency's requirements, as outlined in 41 USC §3304(a)(1) and FAR 6.302-1. The services are critical for maintaining the operational efficiency of medical equipment used in veteran healthcare. Interested parties who believe they can fulfill these requirements must submit their capabilities and relevant information by October 17, 2025, at 12:00 PM PST, referencing solicitation number 36C26126Q0089. For inquiries, contact Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.

    Point(s) of Contact
    Parmpreet PannuContract Specialist
    (559) 225-6100
    parmpreet.pannu@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, NCO 21, intends to award a sole source firm fixed price contract to OMNICELL, INC. for full service of Omnicell Equipment Units for the VA San Francisco Health Care System. This intent is based on the determination that Omnicell, Inc. is the only responsible source capable of satisfying agency requirements per 41 USC §3304(a)(1) and FAR 6.302-1. Other companies believing they can provide these services must submit their information and capabilities by October 17, 2025, 12:00 PM PST, referencing solicitation number 36C26126Q0089. Submissions must include socioeconomic status, DUNS/CAGE Code, relevant experience, project lists, teaming arrangements, GSA Contract Number (if applicable), and a letter from OMNICELL INC. authorizing their services. Failure to provide all requested information will result in non-consideration. Contractors must be registered in SAM and VOSB/SDVOSB firms must be VetCert certified.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm fixed price contract to KNAPP, Inc. for the provision of hotline and maintenance services for proprietary pharmaceutical dispensing equipment at the Consolidated Mail-Out Pharmacy (CMOP) in Hines, IL. The procurement includes scheduled and unscheduled maintenance services, as well as 24/7 emergency telephonic technical support for two KNAPP pharmaceutical auto-picker UUA-SDA banks, ensuring that services are provided without voiding existing warranties. This contract is critical for maintaining the operational efficiency of the pharmacy's dispensing systems, as KNAPP is the exclusive manufacturer capable of servicing its proprietary equipment. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further details.
    6515--Illumena Neo radiopaque contrast delivery system VA Cincinnati Health Care System 539-26-1-043-0047
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting offers for the purchase of the Illumena Neo radiopaque contrast delivery system for the VA Cincinnati Health Care System. This procurement aims to replace and install two end-of-life systems that are critical for precise contrast injection during medical imaging, including the provision of pedestal units, installation, application training, and necessary supplies such as syringes and tubing. The acquisition is classified under NAICS code 334510 and is identified as a brand name justification due to the proprietary nature of the equipment. Responses to the solicitation, numbered 36C25026Q0150, are due by December 9, 2025, at 2:00 PM Eastern Time, and will be evaluated based on the Lowest Price Technically Acceptable methodology. Interested parties should contact Contracting Specialist Laura Poma at laura.poma@va.gov or by phone at 734-845-3523 for further information.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    6515--Zeiss Pentero 800 S Microscope INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, intends to sole source the procurement of a Zeiss Pentero 800 S Microscope for the C.W. Bill Young Veterans Medical Center located in Bay Pines, Florida. This procurement includes one PENTERO 800 S Spine Comfort Package Microscope and necessary accessories, as the current microscope utilized by the Spine and Urology departments has reached its end-of-life and is malfunctioning, posing potential safety risks during procedures. The Pentero 800S offers significant enhancements, including 60% more magnification and 50% higher resolution, which are crucial for surgical precision, along with ergonomic features designed to reduce surgeon fatigue and improve overall efficiency. Interested parties should note that the response deadline for this notice is December 11, 2025, at 14:00 Eastern Time, and can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or by phone at 813-972-2000 Ext 2819 for further inquiries.
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.