J065--Intent to Sole Source Sterilizer Contract
ID: 36C24925Q0023Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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, through its Network Contracting Office 9, intends to award a sole-source contract to Advanced Sterilization Products for the maintenance and service of sterilization systems at the Memphis Veterans Affairs Medical Center. This firm-fixed-price contract, effective from October 1, 2024, to September 30, 2027, will cover the upkeep of various Advanced Sterilization Products equipment, including STERRAD® Systems and EVOTECH® Endoscope Cleaner and Reprocessors, ensuring compliance with manufacturer standards and patient safety through the use of OEM parts and certified personnel. Interested parties are encouraged to express their interest and demonstrate their capabilities by the response deadline of September 12, 2024, with all submissions directed to Contract Specialist James Moore at james.moore20@va.gov. Registration in the System for Award Management (SAM) is mandatory for eligibility, and the VA will not be responsible for any costs incurred by respondents.

    Point(s) of Contact
    James MooreContract Specialist
    TBD
    james.moore20@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through its Network Contracting Office 9, has issued a special notice regarding its intent to award a sole-source contract to Advanced Sterilization Products for maintenance and service of sterilization systems. This firm-fixed-price contract, effective from October 1, 2024, to September 30, 2027, will cover the upkeep of various Advanced Sterilization Products equipment located at the Memphis VAMC. Since only parts from the Original Equipment Manufacturer (OEM) can be used, the contractor must possess OEM certification to perform the required maintenance, ensuring compliance with manufacturer standards and patient safety. The notice specifies that this is not a request for competitive quotes, though interested parties are encouraged to express their interest by the response deadline of September 12, 2024. Responses should demonstrate adequate capabilities in supporting the specified requirements. The VA emphasizes that it will not cover any costs incurred by respondents and that registration in the System for Award Management (SAM) is mandatory for eligibility. This notice serves to inform potential contractors of the VA’s intention while remaining within federal regulations for sole-source procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    6515--Custom Sterile Surgical Procedure Packs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the supply of custom sterile surgical procedure packs to approximately 35 VA Medical Centers and Community Based Outpatient Clinics. The VA is seeking a single contractor to provide all associated services, including sterilization, transportation, and delivery, while adhering to federal, state, and local regulations. The key tasks for the awardee include providing labor, materials, and equipment, along with supervision and quality assurance of the custom sterile packs. The contractor will also be responsible for electronic communication, ordering, and reporting systems. A detailed Statement of Work will be included in the solicitation documents. The VA anticipates awarding a single five-year firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Potential applicants should be registered in the System for Award Management (SAM.gov) under the appropriate NAICS code 339113, with an active SAM account at the time of proposal submission and award. Solicitation documents will be available within 30 days at https://sam.gov. Offerors will have access to detailed requirements and instructions, as well as the proposals due date, which will be adjusted based on the actual release date of the solicitation. Eligible applicants should have the necessary certifications, licenses, and expertise in surgical appliance manufacturing and supply. Their SAM.gov registration and representations should be up to date. Regarding funding and contract details, the estimated value of the contract is not provided. However, the VA indicates it will award a firm-fixed price IDIQ contract. Applicants should keep in mind that the actual value of the award may change based on a variety of factors. For more information or clarifications, interested parties can contact Contract Specialist Laura Nabity at laura.nabity@va.gov or by phone at 651-293-3048.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    6515--NX EQ Washers Lab Surgical Instrument Ultrasonic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Washers Lab Surgical Instrument Ultrasonic units under Solicitation Number 36C10G24R0004. The objective is to acquire brand name or equivalent ultrasonic cleaning equipment designed for the effective removal of biological debris and contaminants from surgical instruments and labware, which is critical for maintaining hygiene and safety in VA Medical Centers nationwide. This procurement will establish a single award Requirements Contract with a base period of 12 months and four optional 12-month renewals, emphasizing compliance with specified technical requirements and the inclusion of ancillary products that enhance functionality. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Contract Specialist Alex Beck at Alex.Beck1@va.gov.
    J065--Service and Maintenance for Varian Linear Accelerator Trilogy and Varian Aria and Eclipse Software
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to Varian Medical Systems for the service and maintenance of a Varian Linear Accelerator Trilogy and associated Aria and Eclipse software at the Philadelphia VA Medical Center. The contract aims to ensure the continuous reliability and safety of government-owned medical equipment through annual preventive maintenance and operational support over a base year with four optional years. This equipment is critical for patient care, necessitating adherence to strict safety and operational standards. Interested parties must submit capability information, including relevant experience and certifications, by 12:00 PM ET on October 1, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.