J065--NEW LOU Complete Care Bed Intent to Sole Source
ID: 36C24925Q0289Type: Special Notice
AwardedJul 2, 2025
$50.1K$50,050
AwardeePEVCO SYSTEMS INTERNATIONAL, INC. BALTIMORE 21220
Award #:36C24925P0625
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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 is initiating a sole-source procurement for maintenance and support services for Baxter Progressa and Centrella Hospital Beds at the Robley Rex VA Medical Center in Louisville, KY, specifically with Hill-Rom, Inc. This contract, effective from August 1, 2025, to July 31, 2030, is essential for ensuring compliance with regulatory requirements and maintaining patient safety, as Hill-Rom is the only authorized provider with the necessary qualifications, including factory-trained technicians and access to genuine OEM parts. Interested parties may submit their qualifications by June 18, 2025, although the government is not obligated to consider these responses for competition; for further inquiries, contact Diane Ziegler at diane.ziegler@va.gov or 615-225-6479.

    Point(s) of Contact
    diane.ziegler@va.govDiane Ziegler
    (615) 225-6479
    diane.ziegler@va.gov
    Files
    Title
    Posted
    The document serves as an award notice for LOU Complete Care Bed, issued by the Department of Veterans Affairs' Network Contracting Office 9. It outlines the terms of the contract, identified by solicitation number 36C24925Q0289, awarded to Hill-Rom, Inc. The total award amount is $88,479.75, with the contract date set for July 29, 2025. Key details include the contractor's information, including their unique entity identifier (UEI) and address in Batesville, Indiana. The point of contact for any inquiries is Diane Ziegler, whose email and phone number are provided. Additionally, there is a reference to an attached document concerning the award. The document is structured with sections for general information, award details, and points of contact, all relevant for clarity and record-keeping in federal contracting processes.
    The Department of Veterans Affairs has issued a special notice regarding the intent to sole source a contract for maintenance and support services for Baxter Progressa and Centrella Hospital Beds to Hill-Rom, Inc. This procurement will take place at the Robley Rex VAMC in Louisville, KY. The decision to sole source is based on Hill-Rom, Inc. being the only authorized provider for these specific beds, as supported by a proprietary letter from the company. The procurement aligns with FAR regulations that allow for solicitation from a single source. Interested parties may respond by submitting their qualifications and potential capability by June 18, 2025, although the government is not obligated to consider these responses for competition. The notice emphasizes the importance of detailed qualifications in any submission and clarifies that responses will not be acknowledged or provided feedback. The overarching aim of this document is to inform stakeholders of the acquisition process and the exclusive nature of this contract, ensuring clarity around regulations governing federal procurements.
    The Department of Veterans Affairs (VA) is pursuing a sole-source procurement for Complete Care Bed Services from Hill-Rom, Inc. under FAR 13.5 Simplified Acquisition Procedures. This contract will cover comprehensive repair, maintenance, and compliance services for Centrella and Progressa hospital beds at the Robley Rex VA Medical Center, effective from August 1, 2025, to July 31, 2030. Hill-Rom, as the original equipment manufacturer, provides unique qualifications including factory-trained technicians, proprietary tools, and access to genuine OEM parts, justifying restricted competition. The procurement recognizes the stringent requirements for maintaining hospital beds, necessary for patient safety and regulatory compliance. Despite limited market research, it was determined that no other vendors could meet these specialized needs, which is supported by a sole-source letter from Hill-Rom. Therefore, it is concluded that the anticipated costs will be fair and reasonable, ensuring adherence to maintenance standards while fulfilling the VA's bona fide needs. The document outlines the necessary approvals from contracting officials to proceed with this sole-source acquisition.
    The Department of Veterans Affairs is seeking a sole source contract with Hill-Rom, Inc. under the Simplified Acquisition Procedures for the Complete Care Bed Service regarding the maintenance and repair of Centrella and Progressa hospital beds at the Robley Rex VA Medical Center. The effective period of this firm-fixed price contract spans from August 1, 2025, to July 31, 2030. The justification for restricting competition is based on Hill-Rom’s exclusive qualifications as the original equipment manufacturer (OEM), which includes factory-trained technicians, proprietary diagnostic tools, and access to genuine OEM parts necessary for proper maintenance in accordance with regulatory requirements. The market research indicated no other vendors could provide the required specialized service. Each aspect of maintenance, including batteries, mechanical replacements, and audits, will be handled by Hill-Rom to ensure compliance and operational efficiency. The procurement reflects the agency's commitment to meeting its unique and stringent needs while ensuring patient safety and regulatory adherence.
    Lifecycle
    Similar Opportunities
    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.
    6530--BNOE Baxter Progressa ICU Beds
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Baxter Progressa ICU Beds for the Boise VA Medical Center in Idaho. This Sources Sought Notice aims to gather information on the availability and capabilities of potential suppliers, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses, to fulfill the requirement for 14 ICU beds with specific features. The procurement is crucial for enhancing patient care in the ICU, ensuring that the beds meet advanced medical standards and functionalities. Interested vendors must submit their capability statements and a courtesy market research quote to Tracy Heath at tracy.heath@va.gov by 3:00 PM PST on December 15, 2025, as this is not a request for a quote and no solicitation is currently available.
    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--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    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--FOLLOW ON | PM STRYKER BEDS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    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.
    Notice of Intent to Award
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.