Intent to Sole Source - Veteran Crisis Line
ID: 36C10G24Q0070Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

PSC

SUPPORT- PROFESSIONAL: EMERGENCY RESPONSE/DISASTER PLANNING/PREPAREDNESS SUPPORT (R429)
Timeline
    Description

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to sole source support services for emergency response/disaster planning/preparedness support (PSC code: R429). This service is typically used to provide assistance and expertise in emergency response and disaster planning to ensure the safety and well-being of veterans. The procurement target is the Strategic Acquisition Center Fredericksburg (36C10G). For more information, please contact Nicole Lowther at Nicole.Lowther@va.gov or (540) 735-3855.

    Point(s) of Contact
    Nicole LowtherContract Specialist
    Nicole.Lowther@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Emergency Restoration and Disaster Remediation Services for its VISN 5 facilities, which include medical centers and outpatient clinics across Washington, D.C., Maryland, and West Virginia. The contract, structured as a five-year Indefinite Delivery Requirements Contract (IDRC), aims to ensure a safe working environment for patients and staff by providing essential services such as water leak cleanups, mold remediation, and fire damage recovery. This procurement underscores the VA's commitment to maintaining operational integrity and safety within its healthcare facilities. Interested contractors must submit their quotes by May 22, 2025, and can direct inquiries to Robert O'Keefe Jr. at robert.okeefejr@va.gov or by phone at 410-642-2411.
    7A20--Censitrac SPS special purpose funding FCP 8051 1 of 2 Intent to Sole-Source_LB OEM Proprietary and Exclusive
    Buyer not available
    The Department of Veterans Affairs is initiating a presolicitation for a sole-source contract to acquire the Censitrac SPS proprietary system, which is essential for special purpose funding. This procurement is limited to the original equipment manufacturer (OEM) due to the exclusive nature of the software, which falls under the NAICS code 513210 and product service code 7A20, indicating its classification as application development software. The services will be performed at the U.S. Department of Veterans Affairs facility in Providence, Rhode Island, with a response deadline set for May 1, 2025, at 1:00 PM Eastern Time. Interested vendors can direct inquiries to Contract Specialist Sean Genereux at Sean.Genereux@Va.Gov or by phone at 413-584-4040.
    Notice of Intent to Sole Source: ChooseVA Bridge Contract
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the ChooseVA Bridge initiative to Arrow ARC LLC, focusing on strategic and tactical communications support over an estimated four-month period. The contractor will be responsible for developing promotional materials, including videos, digital media, billboards, and internal communications, aimed at effectively promoting the VA's initiatives and engaging both internal and external audiences. This procurement is critical for enhancing the VA's communication efforts and ensuring stakeholder engagement, with the intention to negotiate under FAR 13.106 guidelines. Interested parties can reach out to Justin Cole at Justin.Cole4@va.gov or 202-705-3088 for further information.
    J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.
    U099--Notice of Intent to Sole Source ASHE Healthcare Construction Workshop.
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with the American Hospital Association to conduct a two-day, in-person ASHE HealthCare Construction Workshop at the Clement J. Zablocki Medical Center in Milwaukee, WI. The workshop aims to provide training for 25 participants on key concepts related to healthcare construction, risk assessment, and infection prevention, ensuring compliance with federal guidelines. This one-time service contract will follow simplified acquisition procedures under 41 U.S.C. 1901, and interested vendors may submit capability statements to the Contract Specialist, Della C. Bond, at della.bond@va.gov by 10:00 AM CST on May 1, 2025. The contract will be a firm fixed price, with training scheduled to occur within 90 days of contract award.
    6515--RFI: NOI SS Overhead Patient Lifts
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding a Sole Source contract for the installation and site preparation of overhead patient lifts at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to award the contract to Premier Medical Distributors LLC, as market research indicates that only one responsible Service-Disabled Veteran-Owned Small Business (SDVOSB) can fulfill the requirements. This acquisition is critical for enhancing patient care and safety through the installation of specialized medical equipment, classified under NAICS code 339113 for Surgical and Medical Instrument Manufacturing. Interested vendors must demonstrate their capability to meet the requirements by contacting Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov or by phone at 337-244-7254, as no competitive proposals will be solicited for this non-competitive acquisition.
    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.
    Hurricane Towing, Docking, and Storage
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract for Hurricane Towing, Docking, and Storage services to Fairlead Boatworks, Inc. This procurement is aimed at fulfilling specific transportation needs related to vessel towing, as outlined under PSC code V125, and is critical for maintaining operational readiness in maritime environments. Interested parties are invited to challenge this sole source designation by providing sufficient information to demonstrate the availability of equivalent services, with all inquiries directed to Bridget Crouch at bridget.m.crouch.civ@us.navy.mil or by phone at 757-443-1383. This notice serves as a Special Notice and is not a request for proposals or quotations.
    INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
    J063--Velocity Software Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for Hirsch Velocity Software Support Services for the VA Boston Healthcare System in Massachusetts. This procurement is intended to fulfill the specific software support needs of the healthcare system, ensuring the continued functionality and reliability of security systems. The contract falls under the NAICS code 561621, which pertains to Security Systems Services, and is governed by FAR 13.106-1(b) for single-source solicitations. Interested vendors are encouraged to contact Contracting Officer Tara Dossiema at Tara.Dossiema@va.gov or by phone at 603-624-4366 x5129 for further inquiries, and must be registered in SAM and VetCert databases prior to award.