Medtronic O-Arm Maintenance
ID: 36C26325Q0653Type: Special Notice
2 AwardsJul 1, 2025
$147.1K$147,050
AwardeeMEDTRONIC INC MINNEAPOLIS 55432
Award #:36C26325P0696
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
    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.
    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
    Award
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    J065--RFI/SSN- Maintenance and services for government Steris Sterilization CAVHS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide maintenance and services for Steris Sterilization units at the Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, Arkansas. The procurement requires contractors to supply all necessary labor, tools, materials, OEM-certified personnel, and equipment for installation, maintenance, calibration, inspections, and repairs, with a focus on ensuring compliance with safety standards and timely service response. This opportunity is critical for maintaining the operational efficiency of sterilization equipment essential for healthcare services, and the government anticipates a competitive, firm fixed-price contract with a one-year term and four option years. Interested parties must submit their responses, including company details and qualifications, by December 19, 2025, to Contracting Officer Anthony Marion at anthony.marion2@va.gov.
    Stryker Neptune Service and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    Steris Sterilizer Equipment Maintenance and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive maintenance and repair services for Steris sterilizer equipment at the Puget Sound VA Health Care System in Seattle, Washington. The contractor will be responsible for on-site, full-service maintenance, which includes all OEM parts, labor, materials, tools, and documentation, as outlined in the Statement of Work. This contract is crucial for ensuring the operational efficiency and reliability of sterilization equipment, which is vital for patient care and safety in healthcare settings. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional one-year option periods, and interested parties should contact Maureen Sundstrom at maureen.sundstrom@va.gov for further details.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.