Notice of Intent to Sole Source - Extend Services for N6264520P0002 - Maintenance for Varian Linear Accelerator System
ID: N6264520P00002-P00009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Defense Health Agency (DHA) intends to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. for the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems. This contract is essential for ensuring compliance with OEM specifications and maintaining high operational standards for medical equipment used in Radiology, including adherence to U.S. Navy and Joint Commission standards. The contract, structured as a firm, fixed-price agreement, will cover services from November 1, 2024, to April 30, 2025, with an option for an additional period, and interested parties must submit capability statements by November 12, 2024, to demonstrate their qualifications. For further inquiries, contact Christine Russman at christine.l.russman.civ@health.mil or Jacqueline M. Mendoza at jacqueline.m.mendoza.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency (DHA) plans to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. This contract pertains to the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems and requires compliance with OEM specifications and relevant regulations. The selected contractor must provide immediate support upon award and maintain equipment per U.S. Navy and Joint Commission standards, including Cybersecurity requirements. The contract entails a firm, fixed-price structure covering unlimited telephone support, preventive and corrective maintenance, and emergency responses from Field Service Engineers. Performance is projected from November 1, 2024, to April 30, 2025, and includes an option for a subsequent period. This procurement falls under NAICS code 811219, pertaining to the repair and maintenance of electronic and precision equipment. Interested parties are invited to submit capability statements, demonstrating their qualifications and ability to perform the required tasks, by November 12, 2024. This notice serves as an invitation for stakeholder input, although the final decision on competitive procurement lies with the Government. This document illustrates the DHA's commitment to maintaining high operational standards for medical equipment through targeted procurement practices.
    Similar Opportunities
    J065--Notice of Intent to Sole Source - Bone Scanner Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a sole source contract for the maintenance service of a GE iDXA Bone Scanner, specifically with Alpha Source Inc. This procurement aims to ensure comprehensive maintenance coverage, including hardware, firmware, installation, and preventive maintenance, with a focus on timely technical support and adherence to specific performance schedules. The contract is crucial for maintaining the operational efficiency of diagnostic equipment essential to the VA's healthcare mission, with a firm-fixed-price structure spanning from December 2025 to December 2030. Interested vendors must submit their capability statements and relevant information to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by October 29, 2024, at 17:00 Mountain Time.
    J065--Intent to Sole Source Accuray Cyberknife Maintenance James A. Haley Veterans' Hospital
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the James A. Haley Veterans' Hospital, intends to negotiate a sole source contract for the maintenance of its Cyberknife robotic radiosurgery and Accuray Precision treatment planning system with Accuray Inc. This procurement is justified under FAR 6.302-1, as the proprietary nature of the equipment requires specialized knowledge for effective service and training, which are critical for ensuring high-quality patient care. The maintenance services will be conducted at the VA Medical Center located in Tampa, FL, and interested parties who believe they can meet the requirements must submit their capabilities by 11:00 AM EST on October 30, 2024. For further inquiries, interested vendors can contact Contract Specialist Katrina Tavares at katrina.tavares@va.gov or by phone at 813-729-3586.
    Perseus 500 Anesthesia Workstation Maintenance & Repair Service
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for maintenance and repair services of the Draeger Perseus 500 Anesthesia Workstation at the Navy Medicine Readiness and Training Command (NMRTC) in Lemoore, California. The contract will cover annual preventative maintenance and repair for four anesthesia workstation machines, which are critical for medical operations within the Navy. Draeger Inc. is the only contractor with the proprietary rights necessary to fulfill this requirement, and the ordering period for the contract is set from November 4, 2024, to November 3, 2029. Interested vendors must submit a capability statement by 9:00 AM Pacific Time on October 28, 2024, to the primary contacts, Griffin Bland and Brandi Roberts, via the provided email addresses.
    70--Air Defense Systems Integrator (ADSI) System and Support
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and support services for Elekta Linear Accelerator. This service is typically used for maintaining and updating Linear Accelerator machines at the Naval Medical Center Portsmouth hospital. The notice of intent is not a request for competitive quotations, but all responsible sources may submit an offer. The RFP package will be available for download on or about August 12, 2016, at the NECO Website. The NAICS code for this acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    J065--FY25: Canon Radiographic Equipment Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO-8), intends to issue a single-source procurement for maintenance and repair services of Canon radiographic diagnostic imaging medical equipment. The contract will be awarded exclusively to Canon Medical Systems USA Inc., the original equipment manufacturer (OEM) and authorized service representative, due to the proprietary nature of the equipment. This procurement is critical for ensuring the operational integrity of essential medical imaging equipment used in veteran healthcare services. Interested parties may challenge the sole source designation by providing compelling evidence of their capabilities, with responses due by October 30, 2024, at 10:00 AM AST. For further inquiries, contact Contract Specialist Aurea Gonzalez at Aurea.Gonzalez@va.gov or by phone at 787-641-7582 Ext. 34954.
    SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and calibration of a Single Density Advantest Verigy 93000, specifically with serial number DE39700883. The contract aims to ensure the maintenance of critical electronic and precision equipment, which is vital for the operational readiness of naval systems. The contract is set to cover services from January 1 to December 31, 2025, with proposals due by October 29, 2024, at 4:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements to Christina Staggs at christina.l.staggs.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    SOLE SOURCE – MERIDIAN IV MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance services for the Meridian IV Microscope and associated components. The procurement aims to secure maintenance and repair services from FEI Company, the sole source identified due to their proprietary rights and specialized capabilities, while also allowing other interested vendors to submit capability statements for consideration. This maintenance is critical for the operational readiness of the equipment used in various defense applications. Proposals are due by 4:00 PM Eastern Time on October 30, 2024, with the contract period set from January 1, 2025, to December 31, 2025. Interested parties should direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    Viewpoint Annual Software Maintenance Agreement
    Active
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center, is seeking qualified vendors to provide the GE Viewpoint Annual Software Maintenance Agreement. This procurement aims to ensure the continued functionality of the GE Precision Healthcare software, allowing WAMC staff to access support for software issues and errors through the Viewpoint help desk. The anticipated contract will span from December 1, 2024, to November 30, 2029, consisting of one base year and four optional years, with the solicitation number W91YTZ25QA001 to be posted on Sam.gov. Interested vendors must provide their Dunn and Bradstreet number, CAGE code, tax ID number, and published price list, and are encouraged to contact Cynthia A. Richardson-Rhone or Michael J. McCollum for further information before the Sources Sought closing date of October 28, 2024.