J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
ID: 36C26226Q0156Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, specifically seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within Veterans Integrated Service Network (VISN) 22. The contract will cover a base period from January 1, 2026, to December 31, 2026, with two additional one-year option periods, and will include services such as 24/7 customer support, corrective maintenance, software updates, and performance improvements, all performed by Philips-certified engineers. This procurement is crucial for maintaining the operational efficiency of medical imaging devices used in veteran healthcare, ensuring high-quality service delivery. Interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.

    Point(s) of Contact
    Gaba, RebeccaContract Specialist
    Rebecca.Gaba@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office – 22, has issued Solicitation Number 36C26226Q0156 for Philips Digital Pathology service and maintenance. This solicitation is for a base year with two option years. The services are required at multiple VA facilities within VISN 22, including Greater LA, Loma Linda, San Diego, Long Beach, Phoenix, Tucson, and Albuquerque. The response deadline is December 17, 2025, at 12 PM Pacific Time. This is a combined synopsis/solicitation notice, and interested parties are directed to review the attached documents for a full description of the requirements, including the Request for Quote (RFQ), Attachment A outlining digital pathology PM and service with options, and Attachment B detailing the Statement of Work (SOW) for digital pathology service and maintenance.
    The provided government file, likely an RFP or grant document, details a procurement request for multiple Phillips-brand medical imaging devices. Specifically, it lists seven "Ultra Fast Scanner" units (with serial numbers SN 100805222, FMT0720; SN 100805652, FMT0721; SN 100805470, FMT0731; SN 100805377, FMT0741; SN 100805842, FMT0744; SN 100805740, FMT0719; and SN 100805222, FMT0720) and three "PIPS (IMS)" units (with serial numbers SN 100805469, 4056; SN 100805375, 1070; and SN 100805221, 1056). Each item is designated for a quantity of one unit for a duration of one year, indicated by "YR" under the Unit of Measure. The document includes sections for Unit Price and Extended Price, which are currently left blank, as is the Total price. This structure suggests a request for bids or proposals for the acquisition or leasing of these specific Phillips medical devices for a one-year term.
    The Statement of Work outlines a requirement for corrective maintenance and software licensing services for seven Ultra Fast Scanners and three PIPS (IMS) units across various Veterans Integrated Service Network (VISN) 22 facilities. The contract has a base period from January 1, 2026, to December 31, 2026, with two one-year option periods. Services include 24/7 customer helpdesk, technical phone support, spare parts coverage for PIPS, biannual planned maintenance, corrective maintenance by Philips-certified engineers, mandatory software updates, performance improvement updates, and Operations Management Suite (OMS) account activation. The contractor is responsible for providing all necessary labor, materials, and tools, ensuring only new or like-new parts are used, and replacing worn or defective parts at no cost to the government. Work hours are Monday through Friday, 8:00 am to 5:00 pm PST, excluding national holidays. Contractor personnel must be Philips-certified Field Service Engineers. The contractor is required to submit electronic field service reports within seven calendar days of work completion and will designate a Program Manager to oversee contract performance.
    The Department of Veterans Affairs (VA) is seeking a single vendor for preventive maintenance and repair services for seven Phillips Ultra Fast Scanners and three Phillips PIPS (IMS) instruments. This Request for Quotation (RFQ) 36C26226Q0156 is issued under FAR Part 13 Simplified Acquisition Procedures, with the intent to award a single Firm-Fixed Price (FFP) contract. The contract includes a base year (January 1, 2026 – December 31, 2026) and five option years. Services include Preventative Maintenance (PM), Corrective Maintenance (CM), and telephone technical support. The procurement is open to businesses under NAICS Code 811210 with a size standard of $34 million. Offerors must be an OEM, authorized dealer, distributor, or reseller, verified by an authorization letter from Phillips. Quotations must demonstrate meeting the salient characteristics in the Statement of Work (SOW) and be submitted electronically to Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, 12:00 PM PT. Questions must be submitted by December 11, 2025, 12:00 PM PT. Evaluation will be based on the lowest priced quotation that meets all SOW requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    J066--VISN22 CRYOSTAT PREVENTIVE MAINTENANCE AND SERVICE BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for preventive maintenance and repair services for seventeen Epredia Cryostar NX50 instruments across multiple VA facilities within the VISN22 network, including locations in New Mexico, Long Beach, Phoenix, Loma Linda, San Diego, Tucson, and Great Los Angeles. The contractor will be responsible for providing comprehensive services, including preventive maintenance, corrective maintenance, software support, and 24/7 technical assistance, ensuring that all equipment operates according to manufacturer specifications using OEM parts. This contract, which spans a one-year base period with four option years, emphasizes the importance of maintaining critical laboratory equipment for the VA's healthcare systems. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 11, 2025, with questions due by December 4, 2025. The procurement will be evaluated based on the lowest priced quotation that meets all specified requirements.
    6640--Volcano Intrasight Philips
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is conducting market research for the procurement of a brand name or equal Philips Intrasight Mobile 5/Volcano system to be installed at the Amarillo VA Medical Center (AVAMC). This system is essential for enabling interventional heart studies for local Veterans, allowing them to receive necessary cardiac care without traveling to other facilities. The procurement requires a turn-key solution that includes components for cardiac catheterization, stent placement, and blockage calculation, adhering to guidelines from The Joint Commission and other regulatory bodies. Interested vendors must submit their responses, including business details and SAM registration, by December 12, 2025, at 3 PM CT, to the Contracting Officer, Rafael Rodriguez, at Rafael.Rodriguez2@va.gov.
    7E21--Philips HL7 Cardiovascular Extensions
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    NX- CX50 Win 10 Upgrade
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the NX-CX50 Win 10 Upgrade, a technology upgrade essential for enhancing ultrasound imaging capabilities at the VA Loma Linda Hospital. This procurement involves a contract awarded to Philips North America LLC, totaling $22,896.90, which underscores the importance of maintaining up-to-date medical imaging equipment for effective patient care. The contract was awarded on December 13, 2022, under solicitation number 36C26223N0223, and interested parties can direct inquiries to Mayra Barbosa at Mayra.Barbosa@va.gov for further details.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Buyer not available
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.