J065--Boston Scientific Laser Maintenance - Iowa City VA
ID: 36C26325Q0387Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 intends to award a sole source contract for Medical Laser Maintenance Services to Boston Scientific for the Iowa City VA Health Care System. This procurement is necessitated by the proprietary nature of the maintenance services, which can only be provided by Boston Scientific, the original equipment manufacturer (OEM) of the medical lasers in use. The contract, estimated at $28,000 for the base year and $57,600 total (base plus one option year), underscores the critical need for specialized service to ensure compliance with safety regulations and the proper upkeep of complex medical equipment. Interested vendors may submit capability statements to Savannah Weberg, Contracting Specialist, at savannah.weberg@va.gov, as the government will consider these submissions to determine if competitive procurement is feasible.

    Point(s) of Contact
    Savannah WebergContracting Specialist
    320-252-1670 x4701
    savannah.weberg@va.gov
    Files
    Title
    Posted
    The presolicitation notice pertains to a sole source contract for Medical Laser Maintenance Services for the Iowa City VA Health Care System. The Department of Veterans Affairs intends to award a firm fixed price contract to Boston Scientific, located in Marlborough, MA, as they are the original equipment manufacturer (OEM) of the medical lasers in use. The notice was published following federal regulations and indicates that only Boston Scientific can fulfill the requirement due to proprietary maintenance services. The appropriate NAICS code for this service is 811210, which covers electronic and precision equipment repair and maintenance. While this is not a solicitation for competitive quotes, vendors interested in the project may submit capability statements to the contracting officer, Savannah Weberg. The statement will help determine whether to proceed competitively based on the responses received. The government retains discretion over the competition process. This notice serves to inform interested parties about the intention of the VA and potentially engage other suppliers, although it signals a strong preference towards a sole source award.
    The document outlines the justification for a single-source award by the Department of Veterans Affairs (VA), specifically for a Medical Laser Maintenance Agreement at the Iowa City VA Healthcare System. The contract, estimated at $28,000 for the base year and $57,600 total (base +1), is necessitated by the proprietary nature of the maintenance services provided exclusively by Boston Scientific, the original equipment manufacturer (OEM). The justification is based on the unique characteristics of the medical lasers, which require specialized service due to compliance with safety regulations and the complexity involved in their upkeep. Boston Scientific's protocols prohibit third-party service providers from performing maintenance, ensuring that only authorized technicians, extensively trained and equipped by the OEM, are utilized. Market research corroborates this restriction, affirming that proper servicing can only be conducted by Boston Scientific. The contracting officer has certified that the award is justifiable under FAR 13.106-1(b)(i), emphasizing urgency and the unavailability of alternative sources. This document reflects standard procedures for federal contracting, particularly in cases requiring single-source procurements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide preventative and corrective maintenance services for the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for all necessary labor, materials, and parts to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and timely corrective repairs. This contract is crucial for maintaining high standards of medical equipment functionality, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotations by February 14, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov, with the contract expected to span one base year and four optional one-year extensions.
    J065--Leica Histocore Service VASTLHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a service agreement for the maintenance and repair of the Leica Histocore Peloris 3 system at the VA St. Louis Healthcare System. The procurement aims to ensure reliable operation of this critical diagnostic equipment through comprehensive preventative and corrective maintenance services, utilizing only Original Equipment Manufacturer (OEM) parts. This contract will cover a performance period from March 15, 2025, to March 14, 2026, with the possibility of four additional option periods. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by February 10, 2025, to Contract Specialist Arlie Lindsey at arlie.lindsey@va.gov, including essential business details and qualifications.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.
    6515--Intent to Sole Source - Erbe Elektromedizin GmbH (BRAND NAME ONLY) Electrosurgical Systems
    Buyer not available
    The Department of Veterans Affairs intends to issue a sole source contract for Electrosurgical Systems, specifically requiring brand-name products from Erbe Elektromedizin GmbH, through its exclusive reseller, ProAim Americas, LLC. This procurement encompasses essential components for the operation of Electrosurgical systems, including the ErbeJet2 and VIO3 Electrosurgical Units, and is justified under federal guidelines due to the absence of competitive quotes from eligible suppliers. The estimated value of this contract is anticipated to be under $7.5 million, and interested parties are encouraged to submit their capabilities by the specified response date. For further inquiries, potential vendors can contact Contract Specialist LeTray Womble at letray.womble@va.gov or by phone at (813) 509-1707.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    6540--Brand Name or Equal Ophthalmic Laser System
    Buyer not available
    The Department of Veterans Affairs is seeking to procure a brand-name or equal Oculight TX ophthalmic green laser system and indirect ophthalmoscope for the Fredericksburg Healthcare Center in Fredericksburg, Virginia. This equipment is essential for performing Laser Photocoagulation eye surgery and represents a one-time acquisition under a 100% Small Business Set-aside policy. The solicitation number for this opportunity is 36C24625Q0393, with a formal solicitation expected to be issued around February 7, 2025, and a response deadline set for February 13, 2025, at 11 AM Eastern Time. Interested offerors must direct all correspondence to Contracting Officer Ronnie Gregory via email at Ronnie.Gregory@va.gov, as telephone inquiries will not be accepted.
    J065--Base YR (05/01/2025-04/30/206) + 4 OYs Milwaukee Abiomed Impella Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Abiomed, Inc. for the preventative maintenance and emergency repairs of Impella equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, the Edward Hines, Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing Simplified Acquisition Procedures, due to the exclusive need for services from the Original Equipment Manufacturer (OEM). The selected vendor must provide new OEM items, ensuring compliance with specific requirements such as being an authorized distributor, having OEM-certified technical personnel, and offering 24-hour phone support. Interested parties must submit their capability statements by email to Eileen Meyer at eileen.meyer@va.gov by 10:00 AM CDT on February 11, 2025, as no competitive quotes will be accepted.
    J066--Service and maintenance of the Steris Ultrasonic Cleaners. Maintenance New Base Plus Four
    Buyer not available
    The Department of Veterans Affairs is seeking to award a five-year firm fixed-price contract for the service and maintenance of Steris Ultrasonic Cleaners at the Birmingham VA Medical Center. The objective of this procurement is to ensure full operational efficiency of various Steris sterilization equipment through preventive maintenance, unscheduled repairs, and timely documentation of services performed, all in accordance with manufacturer specifications. This maintenance is critical for the timely sterilization of medical equipment used in surgical and other healthcare services, thereby supporting patient care. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB), must submit their capability statements to William Prenzler at william.prenzler@va.gov by 3:00 PM EST on February 6, 2025, to be considered for this opportunity.
    Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.