6515--Equipment, StealthStation ENT Navigation System, Cinci (12/01)
ID: 36C25024Q0029Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to negotiate a sole source contract for the procurement of a StealthStation ENT Navigation System for the Cincinnati VA Medical Center. The system, provided by Medtronic, will include various equipment and supplies such as the STEALTHSTAT ENT CART KIT FUSION, STEALTHSTATION ENT SOFTWARE, STEALTHSTATION EM KIT S8, ENT SIDE EMITTER, and ENT NAVIGATION INSTRUMENT SET. This firm fixed price contract with option years is necessary as the Government believes that only Medtronic possesses the required capabilities to successfully meet this requirement. This notice of intent is not a request for competitive proposals.

    Point(s) of Contact
    Rhonda L FitzgeraldContracting Officer
    (317) 988-1844
    rhonda.fitzgerald@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Medtronic StealthStation Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract to Medtronic, Inc. for the maintenance of StealthStation and NIM Vital equipment at the Harry S. Truman Veterans Memorial Hospital in Columbia, Missouri. This procurement is necessary for service repair and hardware upgrades, as the equipment is proprietary and can only be serviced by the original equipment manufacturer, Medtronic, to avoid warranty voidance and additional costs. The contract falls under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million, and is not open for competitive quotes. Interested parties may submit a capabilities statement by March 19, 2025, to Betty Flores at veronica.flores@va.gov, as no solicitation will be available for competitive bidding.
    Stryker Q Guidance System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Stryker Sales LLC for the procurement of the Stryker Q Guidance System, which is scheduled for April 1, 2025. This contract will provide the Ralph H. Johnson VA Medical Center with essential medical devices and software, including guidance systems, software licenses, generator components, and targeting devices, all of which must meet VA manufacturing standards. The Stryker Q Guidance System is critical for surgical applications, ensuring the delivery of high-quality medical care to veterans. Interested parties may submit documentation demonstrating their capabilities by March 21, 2025, at noon EST, and must be registered with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
    J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.
    6515--MODUS X SEPG 367008 EER 207503
    Buyer not available
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm Fixed Price Order for the upgrade of the Synaptive Modus V robotic digital microscope system to the Modus X, specifically for the Portland VA Medical Center. This procurement is essential to ensure that the surgical equipment meets critical operational requirements, as the Modus X features advanced capabilities such as 3D zoom range, 4K cameras, and voice-controlled optics, which are vital for enhancing patient care during surgical procedures. Fidelis Sustainability Distribution LLC is the only authorized distributor for this proprietary technology, and the contract is anticipated to be awarded on March 13, 2025. Interested parties may contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922 for further information, noting that no competitive proposals will be solicited.
    ENT MICROSCOPE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of ENT microscopes and associated equipment through a firm fixed-price acquisition. This Request for Proposal (RFP) specifically calls for brand name or equivalent products, particularly focusing on Leica brand optics and gear necessary for ENT surgical services, including components such as optical carriers, protective glasses, and floor stands. The procurement is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring compliance with federal small business standards. Interested vendors should direct inquiries to Debby Abraham at debby.abraham@va.gov, with proposals due by the specified deadline outlined in the RFP documentation.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    6515--Intent to Sole Source - ULTRASONIC CLEANER
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source for the procurement of an InnoWave Unity 20 Sonic Irrigator Ultrasonic Cleaner, specifically for the Brooklyn VA Medical Center. This ultrasonic cleaner is essential for effectively removing tissue, blood, and contaminants from reusable surgical instruments, thereby ensuring the highest standards of hygiene and safety in medical procedures. The contract will be awarded to Steris Corporation under a mandated FSS contract (V797D-60613), with an estimated delivery timeframe of 30 days post-award. Interested vendors may express their capabilities and interest to the contracting officer, Janelle Bonafede, at Janelle.Bonafede@va.gov or by phone at 716-862-7461 ext. 24570, before the deadline of March 17, 2025, at 2:00 PM EST.
    NOI -Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs intends to solicit and negotiate a Sole Source, Firm-Fixed-Price Base Year Contract for Sterile Processing Services with Sustainment Technologies, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement specifically involves Steris sterile processing equipment and software support, which is critical for maintaining the operational integrity of medical facilities. The contract is limited to a single source due to the proprietary nature of the services and repairs, as outlined in FAR 6.302-5 and VAAR 819.7008, with an anticipated award date of March 31, 2025. Interested parties may contact Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903 for further information, noting that this notice is not a request for competitive proposals.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 7, intends to award a sole source contract to Nihon Kohden America, LLC for the procurement of eight PSG-1100 amplifiers equipped with EtCO2 technology. This equipment is crucial for assisting clinicians in diagnosing sleep disorders, as the embedded EtCO2 monitoring is essential for conducting effective sleep studies. The PSG-1100 amplifiers are compatible with the existing Nihon Kohden sleep acquisition system used at the Atlanta VA Medical Center, and switching to another manufacturer would significantly increase costs for the government. Interested organizations may submit their capabilities statements and qualifications electronically to Jeremy Calligan at jeremy.calligan@va.gov by 12:00 noon EST on March 17, 2025. This notice is not a solicitation, and the government is under no obligation to award a contract based on the responses received.