J065--Invivo DynaCAD Software Support Intent to Sole Source
ID: 36C24825Q0736Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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, specifically Network Contracting Office 8 (NCO 8), intends to make a sole source award to Philips North America LLC for the support of Invivo DynaCAD software, which is critical for post-MRI image processing related to breast, prostate, and neurological evaluations. The procurement aims to ensure continuous operation of the DynaCAD software, provide timely technical support, conduct regular maintenance, and offer user training, with the current service warranty set to expire on August 20, 2025. This specialized software is essential for enhancing the evaluation and interpretation of MRI imaging, and it must meet specific compatibility and performance requirements, including automation of post-processing and support for concurrent use by multiple radiologists. Interested parties may submit their Expressions of Interest by July 16, 2025, at 12:00 PM EST, to Gwendolynn McCranely at Gwendolynn.Mccranely@va.gov, using the specified subject line for consideration.

    Point(s) of Contact
    Gwendolynn McCranelyContract Specialist
    (561) 618-2398
    Gwendolynn.Mccranely@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, specifically Network Contracting Office 8 (NCO 8), is issuing a special notice regarding a sole source procurement for Invivo DynaCAD software support from Philips North America LLC. This procurement, authorized under FAR 6.302-1, aims to ensure the maintenance of a specialized software package used for post-MRI image processing in evaluating breast, prostate, and neurological MRIs. The existing service warranty expires on August 20, 2025, prompting the need for a new service plan. Objectives include maintaining optimal software operation, providing technical support, conducting regular updates, and offering user training. Key characteristics required are compatibility with various MRI devices, full automation in post-processing, and the capability of handling concurrent users for interpreting studies. This notice is not a solicitation; it serves for market research purposes to gauge interest from other potential suppliers. Interested parties must submit their Expressions of Interest by July 16, 2025, at 12:00 PM EST. Only submissions to the designated email with the correct subject line will be considered. The government retains discretion on whether to pursue competitive bidding based on responses received.
    The Bay Pines VA Healthcare System seeks to establish a new service plan for the DynaCAD 5 software, which is essential for post-MRI image processing related to breast and prostate imaging as well as neurological evaluations. The current warranty expires on 08/20/2025, driving the need for ongoing maintenance, user support, and regular updates to ensure optimal performance. Key objectives include ensuring continuous software operation, providing effective technical support, conducting maintenance, and offering user training. The software must be compatible with existing MRI devices and PACS, automate post-acquisition processes, and allow concurrent usage by multiple radiologists. Additionally, the SOW emphasizes strict compliance with information security and privacy regulations, requiring contractors to protect VA data and adhere to federal laws governing data management and cybersecurity. It underscores the importance of training for contractor personnel and mandates reporting on any security incidents promptly. This document serves as an essential framework for vendors responding to the RFP, ensuring continued delivery of high-quality medical imaging services while maintaining stringent security and privacy standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    NX- CX50 Win 10 Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the NX-CX50 Win 10 Upgrade, a technology upgrade essential for enhancing ultrasound imaging capabilities at the VA Loma Linda Hospital. This procurement involves a contract awarded to Philips North America LLC, totaling $22,896.90, which underscores the importance of maintaining up-to-date medical imaging equipment for effective patient care. The contract was awarded on December 13, 2022, under solicitation number 36C26223N0223, and interested parties can direct inquiries to Mayra Barbosa at Mayra.Barbosa@va.gov for further details.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    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.
    6505--Supply, RADIOPHARMACEUTICALS DATSCAN - NBD 1/1 Indianapolis VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Indianapolis Veterans Affairs Medical Center (VAMC), intends to issue a sole source contract to Medi-Physics, Inc. for the procurement of 20 units of DaTscan Ioflupane, a radiopharmaceutical essential for conducting diagnostic tests. This acquisition is based on the authority of FAR Part 6.302-1, which allows for negotiation with only one responsible source, as Medi-Physics, Inc. is the sole vendor on the Federal Supply Schedule (FSS) contract for this product. The contract is anticipated to be a firm-fixed price agreement with no option years, and responses to this notice must be submitted by 12:00 pm on December 17, 2025, to the primary contact, Rachel MacRae, at rachel.macrae@va.gov or by phone at 734-222-4326.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    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.