6515--580-25-2-167-0073 for replacement Medla Thopaz Units Notice of Intent to Sole Source
ID: 36C25625Q0420Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Jan 24, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs intends to award a Sole Source contract to Medela Inc. for the procurement of ten Medela Thopaz Perfusion Pumps for use at the Michael E. DeBakey VA Medical Center in Houston, Texas. This acquisition is necessary for effective management of air and fluid leakage following heart surgery, ensuring compatibility with existing operating room and ICU equipment. The total estimated cost for this procurement is $55,620, and interested vendors must express their interest by emailing Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov by 10:00 am (CST) on January 29, 2025, while also providing required business information and authorizations to supply OEM parts.

Point(s) of Contact
Andrew MisfeldtContract Specialist
(479) 443-4301 ext 66194
andrew.misfeldt@va.gov
Files
Title
Posted
Jan 24, 2025, 2:04 PM UTC
The Department of Veterans Affairs (VA) intends to award a Sole Source contract to Medela Inc. for ten Medela Thopaz Perfusion Pumps, to be utilized at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement will follow the authority of FAR 6.302-1, which allows for sole sourcing when only one responsible source can meet the agency's requirements. No competitive quotes are being sought, and no solicitation is available. Interested vendors are invited to express their interest via email to the contracting point of contact, Andrew Misfeldt, by the response deadline of January 29, 2025. Responses must include detailed information about the business size, socio-economic status, and any necessary authorizations to provide OEM parts. Additionally, only vendors registered with SAM or the VetBiz Registry are eligible for future solicitations. This notice primarily serves informational purposes and outlines requirements for entities seeking to compete for future opportunities related to this procurement. The document emphasizes the exclusive need for the specified equipment from the identified supplier.
Jan 24, 2025, 2:04 PM UTC
The Department of Veterans Affairs seeks approval for a single-source acquisition of 10 Medela Thopaz+ Digital Chest Drainage and Monitoring Systems for the Michael E. DeBakey VA Medical Center. This request, estimated at $55,620, is necessary for the management of air and fluid leakage post-heart surgery, utilizing systems that must be compatible with existing Operating Room and ICU equipment. The justification cites unique characteristics of the systems that limit availability to one source, specifically the requirement for compatibility with current Medela perfusion pumps. Market research indicated no authorized distributors, prompting a Notice of Intent to Sole Source post on SAM. The Contracting Officer has certified that the purchase complies with FAR 13.106-1(b), confirming the accuracy and completeness of this documentation. The overall intention is to ensure effective post-operative care through the procurement of specialized equipment essential for patient recovery.
Lifecycle
Title
Type
Similar Opportunities
6515--NKV-330 Ventilator System for Buffalo VA Medical Center Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of fifteen Nihon Kohden NKV-330 Ventilators and associated Nurse Call Cables for the Buffalo VA Medical Center. This contract will be awarded to After Action Medical and Dental Supply, LLC, the only authorized distributor of these ventilators, which have been identified as uniquely meeting the stringent requirements of the facility's Respiratory Therapy department. The estimated value of this firm-fixed-price contract is $227,234.55, and interested vendors may submit capability statements by April 28, 2025, to demonstrate their ability to provide equivalent products, although the government retains discretion regarding the competitive nature of the procurement. For further inquiries, vendors can contact Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
6515--689-25-2-7077-0026: Heart Lung Machines
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide two Spectrum Medical Quantum Heart Lung Machines and associated equipment for the VA West Haven Healthcare System. This procurement aims to assess industry capabilities for supplying medical equipment that is compatible with existing systems and meets specific functionalities for patient safety. The Heart Lung Machines are critical for supporting patients during surgical procedures requiring cardiopulmonary bypass. Interested vendors must submit their qualifications, including proof of authorization from the Original Equipment Manufacturer (OEM) and registration in the System for Award Management (SAM), by March 10th, 2025, via email to Contract Specialist Fred Revah at frederic.revah1@va.gov.
Corrective Action Reported for Compliance Notice of Intent to Sole Source Base plus 3OY concerning 36C25923C0110 Biomed Anesthesia Maintenance & Care
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole source contract for anesthesia maintenance services to DRAEGER INC., the original manufacturer of the equipment. This contract will cover a base year from August 21, 2023, to August 20, 2024, with three additional option years extending through August 20, 2027, and is crucial for maintaining specific anesthesia units and vaporizers that require proprietary parts only available from DRAEGER. Interested parties may express their capabilities by April 25, 2025, although the government reserves the right to proceed without competition based on the responses received. For further inquiries, interested vendors can contact Natasha Holland at natasha.holland@va.gov or by phone at 303-712-5357.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
6525--Transducers : Anesthesiology Intent to Sole Source: SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to procure Terason uSmart Linear and Curved Array Ultrasound Transducers for the Togus VA Medical Center in Maine. This procurement, valued at potentially over $250,000, is essential for the Anesthesia Department to enhance postoperative pain management through advanced neural blockade techniques, as the medical center currently operates three ultrasound machines but requires additional transducers for optimal care. The unique compatibility of Terason transducers with existing equipment and their standardization across various VA facilities underscores the critical need for this procurement, which must comply with FDA regulations and be delivered within 45-60 days from order signing. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further information.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
Buyer not available
The Department of Veterans Affairs is planning to issue a Sole Source Contract for the maintenance of Respiratory Therapy Equipment from Medical Graphics Corporation (MGC) to ensure the operational integrity of pulmonary and cardiac diagnostic systems across multiple VA medical centers in the Pacific Northwest. This one-year maintenance contract will cover essential services such as preventive maintenance, emergency repairs, software updates, and technical support, all of which must be performed by MGC-trained technicians due to the proprietary nature of the equipment. The contract is justified under federal guidelines for single-source procurement, emphasizing the cost-effectiveness of maintaining existing equipment rather than replacement, with an anticipated award date of May 15, 2025. Interested parties can reach out to Maureen Sundstrom at maureen.sundstrom@va.gov for further inquiries.
6515--Inpatient Nursing Service (INS) Telemetry Boxes 50ea
Buyer not available
The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of 50 telemetry boxes to be supplied to the Michael E. DeBakey VA Medical Center in Houston, Texas. The equipment, specifically Spacelabs AriaTele Telemetry Transmitters, is critical for enhancing patient monitoring capabilities, particularly for high-risk patients, thereby improving safety and care standards within the facility. This procurement emphasizes the VA's commitment to operational excellence in veteran healthcare, with a firm-fixed price contract expected for delivery, installation, and training of the equipment. Proposals are due by April 30, 2025, at 3 PM Central Time, and interested vendors must ensure they are registered in the System for Award Management (SAM) and certified as SDVOSBs to comply with the bidding requirements. For further inquiries, contact Quentin Chew at Quentin.Chew@va.gov or call 713-791-1414.
6515--Rhinolargynoscopes (VA-25-00057599)
Buyer not available
The Department of Veterans Affairs, specifically the Network Contract Office 23, intends to execute a sole source procurement for rhinolargynoscopes from Alliant Enterprises, LLC. This procurement is necessitated by the requirement for proprietary components, including FDA-approved software, which are essential to meet the specific needs of the VA. The rhinolargynoscopes are critical medical instruments used in various surgical procedures, underscoring their importance in providing quality healthcare services to veterans. Interested parties should direct any inquiries regarding this procurement to Contract Specialist Timothy Kimmel at timothy.kimmel@va.gov or by phone at 319-688-3646, with the anticipated solicitation number being 36C26325Q0684 and a response deadline set for May 1, 2025, by 12:00 PM Central Time.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.