J065--Roche S.pecial Stainers
ID: 36C25624Q1454Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, 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 (VA) intends to negotiate a sole source Firm-Fixed Price contract for Preventative Maintenance Services for Roche Special Stainers at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. The procurement is specifically aimed at securing services from Roche Diagnostics Corporation, the original equipment manufacturer and sole authorized distributor, due to the highly specialized nature of the equipment and the necessity to avoid delays and additional costs associated with alternative sources. This contract is scheduled for award on October 1, 2024, with interested parties required to submit their expressions of interest and capabilities by September 12, 2024, at 11 AM Central Time. Vendors must be registered in the System for Award Management (SAM) to be eligible for the award, and all inquiries should be directed to Rachel Babin at Rachel.Babin@va.gov.

    Point(s) of Contact
    Rachel L BabinRachel Babin
    (504) 566-8636
    Rachel.Babin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Special Notice regarding its intent to procure Preventative Maintenance Services for Roche Special Stainers at the Southeast Louisiana Veterans Healthcare System. The VA plans to enter into a sole source contract with Roche Diagnostics Corporation, the sole source provider of these services, under the guidelines of 41 U.S.C. §3304(a)(1) and FAR 6.302-1. Market research indicates that these services are highly specialized, necessitating procurement from the original manufacturer to avoid delays and costs associated with alternatives. The contract is scheduled for award on October 1, 2024, with responses to this notice due by September 12, 2024, at 11 AM Central Time. Interested parties may express their interest and capabilities, but the VA will not bear any costs incurred in response to the notice. To be eligible for contract award, vendors must be registered in the System for Award Management (SAM). This notice emphasizes the VA's commitment to ensuring that only qualified suppliers can meet specific operational needs effectively.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    J063--Notice of Intent to Sole Source Preventive and Remedial Maintenance for a Temptrak Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for preventive and remedial maintenance services for a Temptrak Monitoring System at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will be fixed-price and directed to Trillamed, LLC, as they are the only responsible source capable of fulfilling the specific brand-name requirements of the monitoring system. The maintenance services will include 24/7 emergency support, calibration services, battery replacements, annual system reviews, software upgrades, and unlimited training resources, which are critical for the effective operation of the monitoring system. Interested parties may express their interest and capability to compete for the contract by contacting Contracting Officer Ross Futch at ross.futch@va.gov before the response deadline of September 16, 2024, at 6 PM Central Time.
    J065--Preventive maintenance, repairs and software upgrades for Draeger Apollo anesthesia units
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for preventive maintenance, repairs, and software upgrades for four Draeger Apollo anesthesia units at the Alexandria VA Health Care System in Pineville, Louisiana. The contract will cover a base year with four additional one-year option periods, focusing on ensuring the operability and safety of critical medical equipment through adherence to original equipment manufacturer (OEM) specifications and thorough documentation of services performed. This procurement is vital for maintaining high-quality healthcare services for veterans, reflecting the urgency and unique nature of the equipment involved. Interested parties may contact Contract Specialist Tammy M. DeMille at tammy.demille@va.gov or (832) 352-2915 for further information, with responses due by September 17, 2024, at 10:00 AM Central Standard Time.
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    J065--Draeger Anesthesia Unit Support and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, intends to award a sole-source contract for Preventative Maintenance Services on Draeger Anesthesia Equipment across multiple facilities in the VISN 20 region, which includes sites in Idaho, Oregon, and Washington. The contract will be a one-year, firm-fixed price agreement with Draeger Medical, Inc., ensuring that critical maintenance services are provided to maintain operational standards at these medical centers. This procurement aligns with FAR regulations allowing for sole-source contracting under specific circumstances, emphasizing the importance of maintaining the functionality of essential medical equipment. Interested parties may submit capability statements to demonstrate their ability to provide equivalent services, with responses due by September 16, 2024, at 14:00 PT, directed to Contracting Officer Niel Chase via email at niel.chase@va.gov.