J065--Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
ID: 36C26025P0661Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, 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 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs intends to solicit a Sole Source contract with Medical Graphics Corporation (MGC) for the maintenance and repair of respiratory therapy equipment utilized across various VA medical centers in the Northwest. This procurement aims to ensure that MGC's pulmonary and cardiac diagnostic systems remain operational, incorporating necessary software and firmware updates, preventive maintenance, diagnostics, phone support, and on-site repairs. The equipment is critical for reliable patient diagnostics, and MGC is the sole provider authorized to maintain this specialized equipment, as confirmed by market research and previous contracts. The anticipated award date for this contract is May 15, 2025, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.

Point(s) of Contact
Maureen SundstromContract Specialist
Maureen.Sundstrom@va.gov
Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The Department of Veterans Affairs (VA) plans to solicit a Sole Source contract with Medical Graphics Corporation (MGC) for the maintenance and repair of respiratory therapy equipment used in VA medical centers. This contract aims to ensure that MGC's diagnostic systems remain operational with updated software and firmware, and includes preventive maintenance, diagnostics, phone support, and on-site repairs. The work will be conducted at several locations across the Northwest, including Boise, Spokane, and Seattle, among others. The projected award date is May 15, 2025. The procurement is justified under Title 41 U.S.C. 3304(a)(1) due to the specific requirements that only MGC can fulfill. The notice fulfills FAR regulatory requirements to publicize the contract action, clarifying that this is not an invitation for competitive bids as it is only a notice of intent to negotiate with MGC. The main purpose of this document is to outline the solicitation details and the justification for the sole-source procurement of essential respiratory therapy equipment maintenance services.
The Department of Veterans Affairs is pursuing a single-source contract with Medical Graphics Corporation (MGC) for the maintenance and support of pulmonary and cardiac diagnostic equipment across nine locations within the VA Northwest Health Network. The contract, effective from September 1, 2025, to August 31, 2026, involves comprehensive service, including preventive maintenance, repair services, software updates, and technical support. MGC is the sole provider authorized to maintain this specialized equipment, which is critical for ensuring reliable patient diagnostics. The justification for the single-source acquisition aligns with FAR 13.106-1(b), detailing that only MGC can provide proprietary parts and services necessary for proper equipment functionality without compromising patient safety and data integrity. Market research confirmed MGC's unique status as the exclusive service provider, with previous contracts supporting fair pricing. The contracting officer has approved this procurement based on the outlined justification and necessity for continuous operational readiness of the diagnostic systems.
Lifecycle
Title
Type
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.
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.
Corrective Action Reported for Compliance Notice of Intent to Sole Source Base plus 3OY concerning 36C25923C0110 Biomed Anesthesia Maintenance & Care
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole source contract for anesthesia maintenance services to DRAEGER INC., the original manufacturer of the equipment. This contract will cover a base year from August 21, 2023, to August 20, 2024, with three additional option years extending through August 20, 2027, and is crucial for maintaining specific anesthesia units and vaporizers that require proprietary parts only available from DRAEGER. Interested parties may express their capabilities by April 25, 2025, although the government reserves the right to proceed without competition based on the responses received. For further inquiries, interested vendors can contact Natasha Holland at natasha.holland@va.gov or by phone at 303-712-5357.
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.
6515--NKV-330 Ventilator System for Buffalo VA Medical Center Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of fifteen Nihon Kohden NKV-330 Ventilators and associated Nurse Call Cables for the Buffalo VA Medical Center. This contract will be awarded to After Action Medical and Dental Supply, LLC, the only authorized distributor of these ventilators, which have been identified as uniquely meeting the stringent requirements of the facility's Respiratory Therapy department. The estimated value of this firm-fixed-price contract is $227,234.55, and interested vendors may submit capability statements by April 28, 2025, to demonstrate their ability to provide equivalent products, although the government retains discretion regarding the competitive nature of the procurement. For further inquiries, vendors can contact Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
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.
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.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.
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.
6515--689-25-2-7077-0026: Heart Lung Machines
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide two Spectrum Medical Quantum Heart Lung Machines and associated equipment for the VA West Haven Healthcare System. This procurement aims to assess industry capabilities for supplying medical equipment that is compatible with existing systems and meets specific functionalities for patient safety. The Heart Lung Machines are critical for supporting patients during surgical procedures requiring cardiopulmonary bypass. Interested vendors must submit their qualifications, including proof of authorization from the Original Equipment Manufacturer (OEM) and registration in the System for Award Management (SAM), by March 10th, 2025, via email to Contract Specialist Fred Revah at frederic.revah1@va.gov.