J065--Abiomed - Automated Impella Controllers Service Contract
ID: 36C25025Q0510Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, 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 Contracting Office (NCO) 10, intends to negotiate a sole-source contract with Abiomed Inc. for the Automated Impella Controllers Service. This procurement is based on the determination that only Abiomed possesses the necessary capabilities to meet the specific requirements for maintaining critical medical equipment essential for patient care. The contract will be awarded under Simplified Acquisition Procedures and FAR 6.302-1, emphasizing the importance of ensuring efficient medical services while adhering to federal procurement regulations. Interested parties may submit capability statements to demonstrate compliance, with all inquiries directed to Contracting Officer Chad Kemper at chad.kemper@va.gov by April 28, 2025, at 2 PM EST.

    Point(s) of Contact
    Chad KemperContracting Officer
    (937) 268-6511 ext. 4541
    chad.kemper@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, is issuing a Special Notice regarding its intention to negotiate a sole-source contract with Abiomed Inc. for Automated Impella Controllers Service. The solicitation number is 36C25025Q0510, and responses are due by April 28, 2025, at 14:00 Eastern Time. This sole-source contract is based on the determination that only Abiomed can meet the specific requirements under Simplified Acquisition Procedures and FAR 6.302-1. The service contract pertains to maintaining equipment crucial for patient care, as no other vendors can fulfill the Government’s needs. While the notice does not seek competitive proposals, it invites responsible sources to submit capability statements that could demonstrate an ability to comply with the requirements. This document underscores the Government's discretion regarding competition and the lack of funding for submitted information. Interested parties must direct inquiries to the listed contact, Chad Kemper, via email by the specified deadline. This notice emphasizes the VA's strategy to ensure that necessary medical services are provided efficiently while maintaining compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--BD Carefusion Support | Base 4 OY's Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10 in Cincinnati, Ohio, intends to negotiate a sole source, Firm-Fixed Price Contract with Carefusion for an Alaris Software Service Agreement. This procurement is aimed at supporting the Cincinnati VA Medical Center and is being conducted in accordance with FAR Subpart 13.2. The Alaris Software Service Agreement is crucial for maintaining the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements or quotations by December 24th at 8:00 a.m. Eastern Time to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.
    J065-- Base 2 Teleflex IABP Maintenance 578
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC), is seeking qualified vendors to provide preventive maintenance and emergency repair services for Teleflex intra-aortic balloon pumps (IABPs) at the Hines VA Medical Center in Hines, Illinois. Vendors must be trained by the original equipment manufacturer (OEM), Teleflex, on the specific AC3 OPTIMUS models and will be required to furnish all necessary labor, materials, parts, tools, equipment, supervision, transportation, and expertise for the maintenance and repair services. This opportunity is crucial for ensuring the operational readiness of vital medical equipment used in patient care. Interested vendors must submit a capability statement, including their DUNS number, organization details, business size under NAICS code 811310, and socioeconomic status, by December 19, 2025, at 10:00 AM CST to Makena.James@VA.gov. This notice is for market research purposes only and does not constitute a solicitation.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    J065--INTENT TO SOLE SOURCE WITH OEM GE HEALTHCARE | BASE PLUS FOUR OPTION YEARS | 01/01/2026 TO 12/31/2026 (12/31/2031) | GE OEC and Ultrasound (VA-26-00008460)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source a contract to GE Healthcare for maintenance and repair services of GE OEC and Ultrasound equipment at the Martinsburg VA Medical Center. This contract will encompass a base year plus four option years, focusing on preventive maintenance, repairs, and software/hardware upgrades for specific GE OEC and LOGIQ E10/S8 devices. These services are critical for ensuring the operational efficiency and reliability of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, who disagree with the sole source intent are encouraged to provide documentation of their technical expertise. For further inquiries, contact Amy Walter at AMY.WALTER1@VA.GOV.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    DA10--FY26 SERVICE - SPACELABS SUPPORT CONTRACT (1X)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Spacelabs Healthcare LLC for software support of the Spacelabs telemetry system, known as the Intesys Clinical Suite (ICS), at the Syracuse VA Medical Center. This contract encompasses 24/7 support, remote diagnostic assistance, annual performance updates, and discounted post-implantation interface support, which are critical for maintaining the functionality and reliability of the telemetry system used in patient care. Interested firms that believe they can meet these requirements may submit written notifications with supporting evidence by December 24, 2025, at 12:00 p.m. EST to Taylor Richter at Taylor.Richter@va.gov. The government reserves the right to proceed with the sole source award if no suitable responses are received.
    6515--Equipment - Non-Invasive Ventilators - Pulmonary - Cincinnati VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, VISN 10, intends to award a sole source firm-fixed purchase order to Nihon Kohden America, LLC for the procurement of six NKV-330 Respiratory Ventilator units, associated accessories, and one Bio-Med Training School for the Cincinnati VA Medical Center. This equipment is essential to replace outdated and unsupported ventilation systems, thereby enhancing the capabilities of staff to treat critically ill patients who are unable to breathe independently. The Nihon Kohden NKV 330 Respiratory Unit is particularly important due to its integrated Cap-One Non-Invasive Positive Pressure Ventilation (NPPV) mask, which allows for direct and accurate CO2 monitoring, crucial for real-time patient assessment. Interested parties must submit any responses demonstrating clear evidence of advantageous competition by December 24, 2025, at 12 PM EST, and can contact LouAnn Gilliland at louann.gilliland@va.gov for further information.
    6515--VELYS ROBOTIC ORTHO KNEE REPLACEMENT SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to Depuy Synthes Sales Inc for the provision of the VELYS Robotic Assisted Knee System, which is essential for knee replacement procedures at the Veterans Affairs Long Beach Healthcare System (VALBHS) in Long Beach, CA. This procurement is justified under FAR 6.302-1, as Depuy Synthes Sales Inc is the sole manufacturer of the VELYS system, which is exclusively compatible with the existing Depuy Attune Knee System utilized at the facility. The VELYS Robotic Assisted Knee System is critical for enhancing the precision and effectiveness of knee surgeries performed at VALBHS. Interested parties may submit documentation demonstrating their capabilities by 9:00 AM PT on December 29, 2025, to Jonathan C. Ford at Jonathan.Ford1@va.gov, as the government will consider these responses to determine if a competitive procurement is feasible. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    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.