Welch Allyn Connex Vital Signs Monitors
ID: 36C24425Q0612Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, 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, Network Contracting Office 4, intends to sole source a contract with Welch Allyn, Inc. for the Newmar Radio (NIC) upgrades of twenty-seven Welch Allyn Connex Vital Signs Monitors at the VA Pittsburgh Healthcare System. The objective of this procurement is to ensure that the monitors can connect wirelessly to the network, which is crucial for patient diagnosis and treatment. This contract will be a firm-fixed price with a performance period from June to September 2025, and interested vendors must submit a capability statement by May 13, 2025, to the Contract Specialist, Haley Snyder, at haley.snyder@va.gov. The NAICS code for this procurement is 811210, and the Small Business Administration size standard is $34 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to sole source a contract with Welch Allyn, Inc. for upgrades to twenty-seven Welch Allyn Connex Vital Signs Monitors at the VA Pittsburgh Healthcare System. The contract aims to provide Newmar Radio (NIC) upgrades necessary for the devices to connect wirelessly to the network, which is essential for their use in patient diagnosis and treatment. This procurement falls under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, and the contract will be a firm-fixed price for a period of performance from June to September 2025. Interested vendors who can provide these upgrades must submit a capability statement by May 13, 2025, to the Contract Specialist, Haley Snyder, at the provided email address. Specifications include necessary service kits and manuals for installation and use. It is emphasized that the delivery and coordination of the upgrades must be handled closely with the Point of Contact to avoid issues in receiving the equipment. This notice serves as a formal request for vendors to demonstrate their capability to meet the VA's requirements without implying an open competition for the services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    6515--36C257-26-AP-0814 VISN PROSTHETICS XL Blood Pressure Monitor with AccuFitâ„¢ Extra Large Cuff VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the procurement of an XL Blood Pressure Monitor with an AccuFit™ Extra Large Cuff, specifically designed to accommodate arm sizes ranging from 16.5 to 23.6 inches. This requirement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the product service code 6515, with a NAICS code of 339113, indicating its classification within the surgical appliance and supplies manufacturing industry. The equipment will be utilized at the CPU Prosthetics facility located in Bonham, Texas, highlighting its importance in providing essential medical supplies for veterans. Interested vendors should direct inquiries to Contracting Specialist Damon Crawford at damon.crawford@va.gov or by phone at 254-560-0348, with responses due by 1:00 PM Central Time.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6685--Temperature/Humidity Monitoring equipment for Bath (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Rotronic Instrument Corp. for the provision of temperature and humidity monitoring equipment at the Bath VA Medical Center (VAMC). This procurement aims to equip the Bath, Canandaigua, and Rochester VA facilities with a unified Rotronic monitoring system, which includes specific parts such as the RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY units. The contract, justified under FAR 6.302-1 due to the exclusive availability of Rotronic's products and services, is set to run from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by December 18, 2025, at 10:00 AM EDT, as this notice is not a request for competitive quotes.