J065--Notice of Intent to Sole-Source
ID: 36C25025Q0268Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, 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 award a sole-source contract to The Chudy Group, LLC for a Service Agreement concerning the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This procurement is being conducted under Simplified Acquisition Procedures as outlined in FAR 6.302-1, which permits negotiations with a single responsible source when no other options can fulfill the agency's requirements. The specialized service is critical for the VA's operations, emphasizing the unique capabilities of the designated contractor. Interested parties may submit their capabilities for consideration, but all communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email at Jennifer.Nowak@va.gov. Responses are due by 2 PM EST on February 19, 2025, and it is important to note that the government will not compensate for any information submitted.

    Point(s) of Contact
    Jennifer NowakContract Specialist
    All communications for this intent to sole source
    must be emailed to Jennifer.Nowak@va.gov by
    Jennifer.Nowak@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to issue a sole-source contract to The Chudy Group, LLC for a Service Agreement regarding the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This contract will be awarded under Simplified Acquisition Procedures according to FAR 6.302-1, which allows for negotiations with a single responsible source when no other options can meet the agency's needs. The solicitation number is 36C25025Q0268, and responses are due by 2 PM EST on February 19, 2025. Though no competitive proposals are being requested, responsible sources can submit their capabilities for consideration. All communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email. It is essential to note that the government will not pay for information submitted. This notice indicates the VA's specific requirement for the equipment and emphasizes that competition is at their discretion, thus underscoring their need for specialized service that only the designated contractor is believed to provide.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Omnicell, Inc. for the maintenance and support of government-owned Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a one-year base period starting March 15, 2025, with options for two additional years, and will include comprehensive services such as maintenance, repairs, software updates, and technical support to ensure compliance with original equipment manufacturer standards. This procurement is critical for maintaining high standards of patient care through reliable equipment servicing, as Omnicell, Inc. is the only authorized provider for these services. Interested firms may submit written notifications of their capability to meet the requirements by February 19, 2025, at 2:00 PM ET, directed to Contract Specialist Lisa Harris via email at Lisa.Harris4@va.gov.
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    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.
    7A21--36C242-25-AP-0813 | 528-25-3-7607-0011 Engineered Care- Patient Care Portal (VA-25-00029561)
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract to Engineered Care Inc. for the Engineered Care Patient Care Portal, specifically focusing on a transitional care program titled "After Hospital Care Plan." The objective of this procurement is to provide a software license that enables the creation of customized Care Plan booklets for veterans upon discharge, integrating essential patient information from the VA system, including demographics, medications, and appointment details. This initiative is crucial for enhancing patient care continuity and management through improved information-sharing processes. Interested parties are invited to submit capability statements by February 20, 2025, and can contact Contracting Officer Chad M. Johnson at chad.johnson4@va.gov or 347-854-3337 for further inquiries.
    J065--FY25 - ScriptPro Service and Support (Base + 3) Bronx
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to ScriptPro USA Inc. for the maintenance and support of ScriptPro equipment at the James J. Peters VA Medical Center in Bronx, New York, covering the period from March 1, 2025, to February 29, 2029, with an option for three additional years. This contract will encompass comprehensive technical support, software updates, and parts for various ScriptPro systems, ensuring compliance with the manufacturer’s standards and operational effectiveness in VA healthcare facilities. As the only authorized service provider for these specific maintenance services, ScriptPro USA Inc. eliminates the need for competitive quotes, and interested parties have until February 23, 2025, to submit written notifications if they believe they can meet the service requirements. For further inquiries, contact Lisa Harris, Contract Specialist, at Lisa.Harris4@va.gov.
    7B22--Intent to Sole Source - Remote Access Server NIHS VAMC - Marion and Fort Wayne, IN
    Buyer not available
    The Department of Veterans Affairs intends to award a Sole Source contract for a Remote Access Server (RAS) to ScriptPro USA, LLC, for the Northern Indiana Healthcare System Veterans Affairs Medical Center located in Marion and Fort Wayne, IN. The procurement aims to enhance the pharmacy's operational efficiency by enabling real-time tracking of prescription metrics through the installation of remote access software for licensed users, allowing secure access to ScriptPro’s Workflow and Pharmacy Management Systems. This initiative is critical for improving service delivery to patients and managing prescriptions effectively, with the contract expected to be finalized by February 24, 2025. Interested parties may submit evidence of their capability to meet the requirements within five days of this notice, and all communications should be directed to Contracting Specialist Barbara Robertson at Barbara.Robertson@va.gov or by phone at 513-559-3722.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    7H20--Intent to Sole Source: Maintenance and Support for Data Innovations Instrument Manager
    Buyer not available
    The Department of Veterans Affairs intends to sole source a contract for the maintenance and upgrade of the Data Innovations Instrument Manager software from version 8.x to 9.x for the Pathology & Laboratory Medicine Service at the Martinsburg VA Medical Center. This procurement includes all necessary labor and software licenses for the upgrade, which must be completed within 365 days post-award, and emphasizes the unique qualifications of Data Innovations as the sole provider for the required technical support and maintenance services. The contract will be awarded as a firm fixed-price contract under FAR 6.302-1, with a base period from April 1, 2025, to March 31, 2026, and interested parties can contact Contracting Officer Ethan Mauzy at Ethan.Mauzy@va.gov or (410) 642-2411 Ext. 22819 for further details.
    6515--528-25-2-6085-0021 / ScriptPro - Eyecon Model 9420 & Barcode Scanners for Bath & Canandaigua
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Quotations (RFQ) for the procurement of ScriptPro's Eyecon Model 9420 and barcode scanners for use at the Bath and Canandaigua VA Medical Centers. This procurement aims to enhance pharmacy operations by improving medication management and reducing human errors through accurate drug verification and inventory tracking. The estimated contract value is $25,224.96, with a contract period running from early March 2025 to late August 2025. Interested vendors must submit their responses by February 19, 2025, at 12 PM Eastern Time, and can contact Contract Specialist Erskine Shoulars at Erskine.Shoulars@va.gov for further information.
    6515--Intent to sole source Brand name Lucas V3.1 Chest Compression System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for the procurement of two Lucas V3.1 Chest Compression Systems for the Bath VA Medical Center, part of VISN 2. This acquisition aims to standardize emergency medical equipment across the medical center's ambulance fleet, which currently suffers from inadequate resources, with only one ambulance equipped with an advanced Lucas system while others rely on outdated Autopulse systems. The systems must meet specific technical requirements, including compatibility with both battery and A/C power, a compact design for easy storage, and adherence to established CPR protocols. Proposals must be submitted by February 20, 2025, to Contracting Officer Chad M. Johnson at chad.johnsdon4@va.gov, with the government retaining the discretion to pursue or decline competitive bidding based on the responses received.