J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
ID: 36C25225Q0240Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.

    Point(s) of Contact
    AARON ROGERSCONTRACTING OFFICER
    414-844-4800 x44352
    aaron.rogers1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to engage in sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services for four VA medical facilities in Wisconsin and Illinois. The decision is based on the assertion by Copeland Cold Chain LP, the original equipment manufacturer (OEM), that only Trillmed is authorized to distribute TempTrak products for VA customers in the U.S. As Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) provider for these services, the VA concludes that this contract can only be fulfilled by one source. Interested parties capable of meeting this requirement may express their interest via email before 8:00 a.m. CDT on February 10, 2025; however, this notice is not a solicitation for competitive quotes. The VA retains the discretion to determine whether to open the procurement to competition. No solicitation document is available at this time.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    J065--Base YR (05/01/2025-04/30/206) + 4 OYs Milwaukee Abiomed Impella Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Abiomed, Inc. for the preventative maintenance and emergency repairs of Impella equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, the Edward Hines, Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing Simplified Acquisition Procedures, due to the exclusive need for services from the Original Equipment Manufacturer (OEM). The selected vendor must provide new OEM items, ensuring compliance with specific requirements such as being an authorized distributor, having OEM-certified technical personnel, and offering 24-hour phone support. Interested parties must submit their capability statements by email to Eileen Meyer at eileen.meyer@va.gov by 10:00 AM CDT on February 11, 2025, as no competitive quotes will be accepted.
    6515--NuTrace R Scanners
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for NuTrace R+ Scanners through solicitation number 36C26025Q0242, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to acquire essential medical scanning equipment that meets specific performance characteristics, including the ability to read various surfaces and compliance with FDA and CDC standards. This equipment is critical for enhancing operational efficiency in medical settings, ensuring accurate data capture and regulatory compliance. Interested vendors must submit their quotations by 10:00 AM Pacific Time on February 10, 2025, along with required documentation such as a Buy American Certificate and authorized distributor letters if applicable, with a desired delivery timeframe of 30 days post-order. For further inquiries, contact Maureen Sundstrom at Maureen.Sundstrom@va.gov.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    6515--600-25-1-441-0018 EER 222349 SEPG 401661 TRV CHAIR (VA-25-00026436)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TRV Chair (VA-25-00026436) under a 100% small business set-aside. The chair is required to facilitate specific medical maneuvers and enhance diagnostic quality, featuring a 270-degree rotation capability. This procurement falls under NAICS code 339112, which pertains to Surgical and Medical Instrument Manufacturing, highlighting the importance of the equipment in medical settings. Interested parties must submit their proposals via email to Adriana Garcia by February 10, 2025, at 4:00 PM PT, with questions due by February 5, 2025, ensuring compliance with Federal Acquisition Regulation provisions throughout the process.
    B510--Sources Sought Notice National CMOP Environmental Testing Chamber
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice to identify qualified contractors capable of providing environmental testing for packaging used in the transport of temperature-sensitive pharmaceuticals. The primary objective is to ensure that sample coolers maintain a mean kinetic temperature of 45°F or lower for a minimum of 48 hours during transport, thereby ensuring compliance with pharmaceutical packaging standards for safe delivery to veterans. Interested vendors must submit detailed company information and technical capabilities related to the testing requirements by email to the Contracting Officer, Larry Zaritz, at larry.zaritz@va.gov, no later than 12:00 PM CST on February 7, 2025. This notice is solely for market research purposes and does not constitute a commitment to award a contract.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.