J065--Notice of intent to sole source Excellence Support Services
ID: 36C26025P0634Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 1:00 PM UTC
Description

The Department of Veterans Affairs (VA) intends to award a sole source contract to Par Excellence Systems Inc. for annual maintenance, support services, and software licenses related to weight-based inventory management systems utilized across Veterans Integrated Service Networks (VISN) 20. This procurement is necessary due to the proprietary nature of the systems, which limits competition as Par Excellence is the only source capable of providing the required services. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025, to Contract Specialist Gregory Watson at Gregory.Watson2@va.gov. The NAICS code for this opportunity is 541990, with a large business size standard of $19.5 million, and the government will not incur costs for submitted information.

Point(s) of Contact
Gregory WatsonContract Specialist
(360) 553-7602
Gregory.Watson2@va.gov
Files
Title
Posted
Apr 1, 2025, 11:04 PM UTC
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding its intent to award a sole source contract to Par Excellence Systems Inc. This action, under 41 U.S.C. 253(c)(1) and FAR 13.106-1(b)(1)(i), is not a request for competitive quotes, but rather a notification of the VA's plan to secure annual maintenance, support services, and software licenses for weight-based inventory management systems utilized in various facilities across Veterans Integrated Service Networks (VISN) 20. The NAICS Code associated with this requirement is 541990, with a large business size standard of $19.5 million. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025. Responses should be sent to the designated Contract Specialist, Gregory Watson, at the provided email address. Notably, the VA will not incur costs for submissions. This notice serves as the sole announcement regarding the government's intent to negotiate and award a contract to a single source, focusing on the need for specialized services linked to the existing inventory management systems.
Apr 1, 2025, 11:04 PM UTC
This government procurement document outlines the acquisition process for the maintenance and support of proprietary inventory management systems developed by PAR Excellence Systems, Inc. (PAR). The contracting authority, utilizing FAR 13.5, states that competition is restricted because PAR is the sole source capable of providing the necessary services, given its proprietary rights to the equipment installed at various VA facilities. The document emphasizes that market research was minimal due to the unique nature of the equipment and the exclusivity of PAR as a provider. The contracting officer has determined that the anticipated costs will be fair and reasonable based on previous pricing and the lower long-term costs associated with the proprietary system. Lastly, it reaffirms that barriers to competition exist as services must be procured directly from PAR, with no alternative vendors being authorized. This procurement highlights the challenges of achieving full and open competition when proprietary services and products are involved.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
DA10-- CENSIS CLOUD
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Censis Technologies, Inc. for the provision of its CensiTrac Surgical Instrument Tracking System. This procurement includes an annual subscription, telephone support, software upgrades, and cloud storage, aimed at maintaining the functionality of the already installed system across multiple VA Medical Centers in New York. The unique and proprietary nature of Censis Technologies' offerings, classified under NAICS code 541519, necessitates this sole-source award, as no other provider can meet the specialized requirements. Interested firms may submit written responses to demonstrate their capability by April 17, 2025, at 10 a.m. ET, with all inquiries directed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov.
DA01--Censitrac® software for the RTLS Instrument Tracking System (Base 4)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for subscription services of the Censitrac® Real Time Location System (RTLS) at the James J. Peters Bronx VA Medical Center. This contract will cover a base period of one year, from June 1, 2025, to May 31, 2030, with the option for four additional years, and is aligned with FAR 8.405-6(a)(1)(B). The Censitrac system is crucial for tracking surgical instruments throughout the sterile processing cycle, thereby automating documentation for sterilization in various medical settings, including operating rooms and dental clinics. Interested parties that believe they can meet the requirements may submit written notifications by April 17, 2025, at 2:00 PM EDT, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
its intent to award a sole source purchase order for preventive maintenance service plan on the Betterbuilt R620LP Cage & Rack Washer
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 09, intends to award a sole source purchase order for a preventive maintenance service plan for the Betterbuilt R620LP Cage & Rack Washer. This procurement is essential as Betterbuilt is the original equipment manufacturer (OEM) of the washer, and only authorized vendors, such as Omni Management, are permitted to conduct maintenance and repairs to ensure compliance with manufacturer support and warranties. The contract is expected to be awarded in accordance with FAR 13.106-1(b), with an anticipated award date of May 5, 2025. Interested parties can contact Carmen Hanczyk at carmen.hanczyk@va.gov or by phone at 615-225-5973 for further information.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
DaVINCI Data Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide sustainment support for the DaVINCI Data Services, aimed at enhancing data integration between the Department of Defense (DoD) and VA. This procurement, designated as RFQ 36C10B-25-Q-0207, focuses on custom computer programming services under NAICS code 541511, with a size standard of $34 million, and includes tasks such as project management, database administration, data transfer, quality assurance, and training. The DaVINCI program is critical for improving healthcare delivery to veterans by facilitating better analysis and governance of healthcare data, thereby supporting the mission of the VA to provide high-quality services to veterans. Proposals are due by April 23, 2025, with questions accepted until April 9, 2025; interested parties should direct their inquiries and submissions to Steven Baum at steven.baum@va.gov and Stefanie Applegate at stefanie.applegate@va.gov.
6515-- Eyecon 9430, Eyecon Interface Controller with installation and one (1) year monthly subscription and support to the Marion and Evansville VA Medical Centers
Buyer not available
The Department of Veterans Affairs is seeking to procure two Eyecon Model 9430 devices, including installation and a one-year subscription for support services, for the Marion and Evansville VA Medical Centers. This procurement is a sole source acquisition justified under statutory authority for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with Veterans Healthcare Supply Solutions identified as the unique vendor qualified to provide the proprietary equipment necessary for compatibility with existing systems. The total estimated cost for this contract is $42,271, and interested parties must submit their responses by April 21, 2025, at 6 AM Central Time, with inquiries directed to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925.
DH10--36C10A25Q0038 Schneider Electric EcoStruxure Power Monitoring Expert (VA-25-00044239)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Schneider Electric Inc. for the procurement of EcoStruxure Power Monitoring Expert Software, along with maintenance and technical support. This acquisition is justified under FAR 13.106-1(b)(1) due to Schneider Electric being the sole supplier capable of meeting the VA's specific compatibility requirements, as the software is essential for integrating Schneider Electric devices within the VA’s Data Center operations. The EcoStruxure software is critical for collecting and managing energy data from existing proprietary meters, ensuring operational efficiency. Interested parties must submit their responses by 12:00 PM EST on April 14, 2025, to Contract Specialist Catherine Joyce at catherine.joyce1@va.gov, with the total estimated price for the contract yet to be determined.
J065--Biomerieux Vitek MS Equipment Maintenance Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Biomerieux, Inc. for the maintenance of Biomerieux Vitek MS equipment at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Biomerieux is uniquely qualified to meet the specific maintenance requirements for this specialized medical equipment. The service agreement is critical for ensuring the operational efficiency of the equipment used in the facility, which plays a vital role in patient care. Interested contractors may submit a capabilities statement by April 17, 2025, at 10:00 a.m. Eastern Time to Sara Wood, Contract Specialist, via email at sara.wood1@va.gov, although this notice does not constitute a request for competitive proposals.
7A20 - Inventory Management System for the All-Hazards Emergency Cache Program
Buyer not available
The Department of Veterans Affairs is seeking proposals for an advanced Inventory Management System (IMS) to enhance the All-Hazards Emergency Cache (AHEC) Program. The IMS will facilitate real-time inventory tracking, lifecycle management, and integration with existing VA applications, addressing deficiencies in emergency preparedness and ensuring optimal operations and pandemic readiness. This procurement is a 100% Small Business Set-aside with a total award amount of $34 million, and the contract performance is expected to span three years. Interested contractors must submit their proposals electronically by April 14, 2025, and can contact Derek L. Brown at Derek.Brown7@va.gov or 650-849-1904 for further information.
J065--Neptune Equipment Maintenance Service - Base plus four
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for Neptune Equipment Maintenance Services to Stryker Corporation, specifically for the South Texas VA Health Care System. This contract will cover specialized maintenance for biomedical engineering equipment, which is uniquely provided by Stryker, and spans a base year from May 1, 2025, to April 30, 2026, with four optional years extending to April 30, 2030. Interested parties who believe they can meet the requirements are invited to submit supporting evidence, including authorization letters from the Original Equipment Manufacturer (OEM), to the Contract Specialist, Teresa Arzola, at Teresa.Arzola@va.gov by April 11, 2025, at 9:00 AM CST. The VA emphasizes that responses will be evaluated, but the decision to not compete the procurement is solely at the government's discretion.