J065--Base YR (02/01/2025-01/31/2026) + 2 OYs MKE and Hines Medtronic CryoConsole Maintenance
ID: 36C25225Q0063Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for the maintenance and repair of cryo-console equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Edward Hines, Jr. VA Hospital in Hines, IL. This procurement is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, emphasizing that only Medtronic qualifies due to Original Equipment Manufacturer (OEM) requirements. The contract will ensure high-quality service and compliance, as all items must be new and sourced directly from the OEM or authorized distributors, with strict prohibitions against used or counterfeit products. Interested vendors must submit documentation demonstrating compliance by 10:00 AM CDT on October 31, 2024, to Eileen Meyer at eileen.meyer@va.gov, as no solicitation documents will be available and telephonic inquiries will not be accepted.

    Point(s) of Contact
    eileen.meyer@va.govEileen Meyer
    414-844-4800x43432
    eileen.meyer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for maintenance and repair services of cryo-console equipment at the Clement J. Zablocki VA Medical Center and the Edward Hines, Jr. VA Hospital. This acquisition is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, recognizing that only Medtronic qualifies due to OEM requirements. Vendors interested in competing must demonstrate compliance by submitting specified documentation by October 31, 2024. The procurement explicitly prohibits the sale of used or counterfeit products, mandating all items be new and directly sourced from the OEM or authorized distributors. Submissions must include evidence of OEM authorization, capability to procure parts, certification of technical personnel, and adherence to service response times. This process underscores the government's commitment to ensuring high-quality service and compliance within its procurement framework.
    Similar Opportunities
    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.
    J065--INTENT TO SOLE SOURCE TO Advanced Sterilization Products Services, Inc. Sterrad Maint Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Advanced Sterilization Products Services, Inc. for maintenance services of the Sterrad NX sterilization system at the St. Cloud VA Health Care System. The procurement requires comprehensive preventative and corrective maintenance, including labor, tools, and materials, while adhering to manufacturer-specific protocols to ensure optimal equipment functionality and patient care quality. This maintenance is critical as Advanced Sterilization Products Services, Inc. is the sole provider for the Sterrad NX system, and no other vendors are authorized to perform these services. Interested vendors may submit capability statements to the contracting specialist, Christi Melendez, at Christi.Melendez@va.gov, with the subject line indicating the response to the maintenance agreement. No competitive solicitation will be issued, and the agency retains discretion regarding the procurement process.
    7B22--MetaSys System Service -Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, intends to negotiate a sole source contract with Johnson Controls, Inc. for the support and service of the Metasys System at the Tomah VA Medical Center in Wisconsin. This procurement is essential for maintaining the building automation system server, which is proprietary to Johnson Controls and integral for communication between existing HVAC controllers and panels at the facility. The contract will be a firm fixed price for a base year with four optional renewal periods, and interested parties must submit written notifications to the Contracting Officer, Lori Eastmead, by 9:00 AM local time on October 28, 2024, to demonstrate their capability to meet the requirements.
    J065--Olympus Scope Repair Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole-source Firm-Fixed Price Contract for the repair of Olympus scopes at the Louis Stokes Cleveland Medical Center. This procurement is specifically aimed at Olympus America Inc., as the government believes they possess the unique capabilities required for this specialized service. The maintenance of such medical equipment is crucial for ensuring effective care for veterans. Interested contractors may submit capabilities statements or quotations by October 28, 2024, at 10:00 a.m. Eastern Time, via email to Contracting Specialist April Fawley at april.fawley@va.gov.
    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--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.
    J065--INTENT TO SOLE SOURCE | WASHINGTON DC MED CENTER Abiomed_Services Contract ONE BASE YEAR, PLUS FOUR OPTION YEARS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is announcing an intent to sole source a contract for Abiomed services at the Washington DC Medical Center, which will cover one base year plus four option years. The procurement aims to secure comprehensive support for the Impella AIC System, including preventative and corrective maintenance, inspections, software updates, and repairs, ensuring the reliability of critical medical equipment used in veteran healthcare. Interested vendors, particularly those classified as service-disabled veteran-owned small businesses or other small business categories, are encouraged to respond with their qualifications and capabilities, as this notice serves primarily for market research and does not obligate the government to award a contract. For further inquiries, vendors may contact Patricia Thai at Patricia.Thai@va.gov or Amy Walter at Amy.Walter1@va.gov.
    J065--Stryker Mako Surgical Robot Full Service Preventative Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract for the full-service preventative maintenance and repair of the Stryker Mako Surgical Robot at the Wilkes-Barre VA Medical Center. The contract will cover a base year with four optional years and aims to ensure the operability and safety of the robotic system through semi-annual preventative maintenance and timely corrective services. This maintenance is critical for the continued functionality of medical systems used in surgical services, ensuring compliance with manufacturer specifications and federal regulations. Interested parties must submit their capability information by 11:00 AM ET on October 28, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, as no competitive proposals will be accepted.
    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.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 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 for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.