J065--INTENT TO SOLE SOURCE - FOR SERVICE AND MAINTENANCE OF THE NEPTUNE 3 ROVER - NEP 2 DOCKING EQUIPMENT FOR THE Hershel “Woody” Williams VAMC - SOLE SOURCE AWARD TO Stryker Instruments - Base Plus 2 Year Award
ID: 36C24525Q0355Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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 to Stryker Instruments for the service and maintenance of the Neptune 3 Rover docking equipment at the Hershel “Woody” Williams VAMC in Huntington, WV. This contract, identified under solicitation number 36C24525Q0355, encompasses a base period plus two additional years and includes essential maintenance services for six Neptune 3 Rover aspirators, ensuring compliance with original equipment manufacturer (OEM) guidelines, as well as providing 24/7 technical support and an uptime guarantee of 98%. The Neptune 3 Rover is critical for patient care, necessitating reliable maintenance to uphold safety and performance standards, with Stryker being the only authorized service provider to ensure adherence to FDA regulations. Interested parties can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further details.

    Point(s) of Contact
    Bill PrattContracting Officer
    (410) 642-2411
    Billie.Pratt@va.gov
    Files
    Title
    Posted
    The document outlines the intent for a sole source contract award to Stryker Instruments for the service and maintenance of the Neptune 3 Rover docking equipment at the Hershel “Woody” Williams VAMC in Huntington, WV. The contract, specified under solicitation number 36C24525Q0355, is set for a base period plus two years and includes comprehensive maintenance services for six Neptune 3 Rover aspirators. Key services include preventative maintenance that adheres to the original equipment manufacturer’s (OEM) guidelines, unscheduled corrective maintenance, and 24/7 technical phone support, with an uptime guarantee of 98%. The contractor is required to provide software updates and ensure expedited shipping of replacement parts at no additional cost to the agency. Response to onsite service requests must occur within two days. The document is critical for delineating the responsibilities of Stryker Instruments and the expectations from the Department of Veterans Affairs, emphasizing the importance of reliable maintenance for medical equipment vital to patient care. It is part of federal contracting processes aimed at ensuring the provision of essential services in the Veterans Affairs sector.
    The document from Stryker Instruments addresses the importance of using authorized service providers for maintaining and repairing their medical equipment. It emphasizes that only Stryker is authorized to sell, service, or provide parts for its equipment, which ensures adherence to stringent safety and quality standards regulated by the FDA. The letter outlines several critical risks associated with using unauthorized third-party services, including compromised quality and safety, voidance of warranties, and disqualification from Stryker's ProCare Service Plan. Additionally, Stryker disclaims liability for any incidents resulting from unauthorized repairs. The communication serves as a cautionary note to customers, urging them to recognize the potential negative consequences of choosing non-authorized service providers. This warning is pertinent within the context of government RFPs and grants, where compliance with safety standards is paramount for legal and operational credibility in healthcare settings.
    ProCare Services, representing Stryker Instruments, outlines its role as the sole service provider for various Neptune® waste management and SafeAir® smoke evacuation products. Key equipment listed includes the Neptune® 3 Rover, Neptune® S Rover, and related docking stations, emphasizing that only certified ProCare® Technicians are authorized to perform servicing and maintenance on these products. The correspondence stresses Stryker's commitment to maintaining high standards of safety, quality, and performance for its equipment. Customers are encouraged to reach out to their local Stryker Sales Representatives for inquiries. This communication serves as a reminder to stakeholders about compliance and the importance of utilizing certified services for critical medical devices, reinforcing the need for adherence to safety protocols in healthcare equipment management.
    Similar Opportunities
    6515--NEPTUNE S ROVER Brand Name or Equal to
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors to supply the Neptune S Rover and related products for the Portland VA Medical Center. This Sources Sought Notice aims to identify qualified suppliers, particularly Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses, capable of meeting specific operational features such as high suction capability and a closed waste system. The Neptune S Rover is critical for medical procedures requiring efficient waste management and functionality in low-light environments. Interested parties must submit their company information, business size classification, and capability statements by March 10, 2025, and must be registered with SAM.gov to participate in this market research initiative led by Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov.
    J065--FY25 Stryker Neptune Service for Durham VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for preventative maintenance and service of Stryker Neptune Systems at the Durham VA Medical Center. This procurement is specifically aimed at ensuring the operational reliability of medical equipment critical for patient care, with the contract structured for a base year plus two option years. The intent to procure these services is justified under FAR 13.106-1(b) for soliciting from a single source, and while no competitive quotes will be requested, other businesses with relevant experience are encouraged to submit written notices by 10:00 AM EST on March 7, 2025. Interested parties can direct inquiries to Contracting Specialist Christian Rosado Ramirez via email at Christian.rosadoramirez@va.gov or by phone at 757-251-4698.
    W065--Mobile Central Sterile Services (689)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole source contract with STERIS Corporation for the leasing of a Mobile Central Sterile Processing Service (SPS) trailer at the VA Connecticut Healthcare System in West Haven. This procurement aims to ensure the continuation of critical sterilization services during ongoing renovations and equipment failures, as the existing STERIS mobile unit has been operational since 2020 and is deemed the only viable option for meeting the VA's specific requirements. The contract is projected to span one base year with four option years, totaling an estimated value of over $7.5 million, emphasizing the urgency and necessity of maintaining effective healthcare services. Interested parties may submit evidence of competitive viability to Contract Specialist Divianna Mathurin via email by 10:00 AM EST on March 10, 2025.
    6515--Notice of Intent to Sole Source Mako Surgical Robot This is not a request for quote
    Buyer not available
    The Department of Veterans Affairs intends to sole source a Stryker Mako Surgical Robot for the Corporal Michael J. Crescenz VA Medical Center, aimed at enhancing orthopedic surgical outcomes for veterans. This procurement seeks to integrate advanced robotic technology into the surgical program, specifically for total hip and knee replacements, utilizing 3D imaging to improve surgical accuracy and reduce recovery times. The Mako system is critical for minimizing surgical errors and aligning the VA's services with leading medical institutions. Interested vendors are encouraged to respond with their capabilities, including business status and whether they are manufacturers or distributors, and can contact Contracting Officer Andrew Taylor at andrew.taylor3@va.gov or 724-679-2327 for further information.
    J065--Biosense Webster Service Agreement | Base 1 OY Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source, Firm-Fixed Price Contract for a service agreement related to the Carto3 system with Biosense Webster, located in Diamond Bar, CA. This procurement aims to secure essential medical technology support for the Cincinnati VA facility, reflecting the specific needs of the Veterans Health Administration. The service agreement is crucial for maintaining and repairing medical equipment, ensuring that the VA can provide high-quality care to veterans. Responses to the official solicitation number 36C25025Q0354 are due by March 7, 2025, at 08:00 a.m. Eastern Time, and interested contractors can submit their capabilities statements to the contracting officer, Christopher T. Council, via email at Christopher.Council@va.gov.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    6515--MEDIVATOR ADVANTAGE PLUS (VA-25-00012472)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide an Automated Endoscope Reprocessor (AER), specifically the Medivator Advantage Plus, along with installation services for the Beckley VA Medical Center in West Virginia. This procurement is structured as a firm-fixed-price delivery order, emphasizing compliance with the Buy American Act and requiring detailed specifications for the AER, including warranty and maintenance expectations. The solicitation encourages participation from small businesses, particularly service-disabled veteran-owned and veteran-owned firms, reflecting the government's commitment to quality healthcare services for veterans. Interested parties must submit their quotes electronically by March 7, 2025, and can direct inquiries to Contract Specialist James Ferro at James.Ferro@va.gov.
    J065--Intent to Sole Source Getinge Sterilizer Service Contract
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole-source contract for the maintenance of Getinge sterilizer equipment through the Network Contracting Office 1. The contract will encompass planned inspections, telephone support, parts, and on-site repairs, ensuring an uptime commitment of 98% for the sterilization equipment utilized at the VA Medical Center in Leeds, MA. As the original equipment manufacturer, Getinge is the only vendor qualified to meet the specific maintenance requirements, which are critical for maintaining high standards in servicing essential medical equipment. Interested parties may express their interest, but competition is not sought, with responses due by March 10, 2025, at 6:00 AM EST. For further inquiries, contact Contracting Specialist Manases Cabrera at manases.cabrera@va.gov or by phone at 781-687-4418.
    6515--Notice of Intent to Sole Source Innowave PC Sonic Irrigator
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to STERIS Corporation for the procurement of two InnoWave PCF Sonic Irrigators for the Michael E. DeBakey VA Medical Center in Houston, Texas. This acquisition aims to replace outdated sonic washers that are no longer economically feasible to repair, enhancing the cleaning processes for surgical instruments through advanced thermal disinfection capabilities. The InnoWave Sonic Irrigator is designed to efficiently clean multiple lumened devices, thereby improving operational efficiency and hygiene in surgical settings. Interested vendors must express their capability to fulfill this requirement by March 12, 2025, with all responses directed to Contract Specialist Frank Sanders at frank.sanders1@va.gov. The planned award date for the contract is April 4, 2025.
    J065--Philips V60 | Service Contract | Option Year 3
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 17, intends to award a sole source contract to Philips North America LLC for ongoing services related to the Philips V60 Bipap ventilators. The procurement aims to extend the existing purchase order for two additional years, covering Option Year 3 from June 15, 2025, to June 14, 2026, and Option Year 4 from June 15, 2026, to June 14, 2027, which includes repair, preventative maintenance, labor, technical support, and parts for 27 ventilators. This contract is critical for maintaining essential medical equipment for veterans, ensuring that they receive the necessary respiratory support. Interested parties are encouraged to express their interest and capabilities within five business days of the notice's publication; however, this notice does not constitute a request for competitive quotations, as the intent is to negotiate directly with Philips. For further inquiries, contact Contract Specialist Gillian Hooge at gillian.hooge@va.gov or (210) 364-3724.