Medtronic O-Arm Maintenance
ID: 36C26325Q0653Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is seeking maintenance services for the Medtronic O-Arm Surgical Imaging System at the Omaha VA Medical Center. The contract, identified by Solicitation Number 36C26325Q0653, requires the contractor to perform corrective and planned maintenance, ensuring the equipment operates according to manufacturer specifications and maintains FDA certification. This specialized maintenance is critical for the ongoing healthcare support provided at the VA facility, as the O-Arm is essential for surgical imaging. Interested parties must demonstrate authorization from Medtronic Inc., the sole provider due to proprietary rights, and respond by April 14, 2025. For further inquiries, contact James A. Miller at James.Miller4@va.gov.

Point(s) of Contact
James A Miller
James.Miller4@va.gov
Files
Title
Posted
This document outlines the scope of work for a service contract focused on the maintenance of the Medtronic O-ARM at the Omaha VA Medical Center. The contractor is responsible for corrective and planned maintenance, ensuring the equipment functions to manufacturer specifications, and maintaining FDA certification. The contract spans one year, with four optional one-year extensions. Required services include diagnostics, repair, and software upgrades, with all parts provided at no additional cost to the government. The contractor must respond to service calls during business hours and conduct preventive maintenance inspections. Documentation of all services, including maintenance reports and service requests, is mandatory. The contractor must ensure personnel are trained and qualified, with access to necessary proprietary information. Key performance metrics are defined, including response time for unscheduled maintenance and quality assurance thresholds. The document includes strict guidelines for on-site conduct, reporting requirements, and compliance with relevant regulations. This contract aligns with the government's commitment to maintaining essential medical equipment in optimal condition, ensuring ongoing healthcare support at the VA facility.
Apr 9, 2025, 11:06 PM UTC
The document serves as a Special Notice of Intent from the Department of Veterans Affairs regarding a proposed sole-source contract for maintenance services of the Medtronic O-Arm Surgical Imaging System at the Omaha VA Health Care System. The contract, identified by Solicitation Number 36C26325Q0653 and set for response by April 14, 2025, indicates Medtronic Inc. as the sole provider due to its proprietary rights and status as the original equipment manufacturer. The maintenance can only be performed by Medtronic as no other vendors are authorized, which would violate warranty agreements. Interested parties may express their capability to provide services but must demonstrate authorization from Medtronic. The document notes that while there is no competitive bidding process planned, the government may consider submissions for procurement on a competitive basis based on responses. The related NAICS code for this service is 811210, focusing on maintenance, repair, and support for medical equipment. This announcement emphasizes the exclusive nature of the service due to proprietary maintenance rights, delineating clear boundaries for potential vendors.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
J065--REQUEST FOR QUOTES PREVENTATIVE MAINTENANCE FOR ENTIRE FLEET OF PHOROPTERS WASHINGTON DC VA MEDICAL CENTER 688-25-2-952-0387
Buyer not available
The Department of Veterans Affairs is soliciting quotes for preventative maintenance services for its fleet of phoropters at the Washington DC VA Medical Center. The contract, valued at approximately $34 million, requires comprehensive maintenance services for 25 phoropters, ensuring compliance with manufacturer guidelines and regulatory standards. This initiative underscores the importance of maintaining high-quality medical equipment to support the healthcare needs of veterans. Interested vendors should submit their quotes by May 2, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at patricia.thai@va.gov.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
6515--Rhinolargynoscopes (VA-25-00057599)
Buyer not available
The Department of Veterans Affairs, specifically the Network Contract Office 23, intends to execute a sole source procurement for rhinolargynoscopes from Alliant Enterprises, LLC. This procurement is necessitated by the requirement for proprietary components, including FDA-approved software, which are essential to meet the specific needs of the VA. The rhinolargynoscopes are critical medical instruments used in various surgical procedures, underscoring their importance in providing quality healthcare services to veterans. Interested parties should direct any inquiries regarding this procurement to Contract Specialist Timothy Kimmel at timothy.kimmel@va.gov or by phone at 319-688-3646, with the anticipated solicitation number being 36C26325Q0684 and a response deadline set for May 1, 2025, by 12:00 PM Central Time.
J065--Base YR (10/1/2025-11/30/2026) + 4 OYs Guldmann Ceiling lift maintenance
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, is seeking vendors capable of providing Preventive Maintenance (PM) and Corrective Repair Support Services for approximately 444 Guldmann ceiling-mounted patient lifts at the Clement J. Zablocki VA Medical Center. Vendors must be able to manage all labor, travel expenses, shipping, and parts necessary for the maintenance of these medical devices, ensuring compliance with specific requirements such as OEM authorization and certified technical personnel. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in patient care. Interested parties must submit a capabilities summary, including necessary documentation, by May 1, 2025, at 10:00 AM Central Time, to Eileen Meyer at eileen.meyer@va.gov, as this notice serves solely for market research purposes and does not constitute a solicitation.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.