J065--GENEXPERT PREVENTATIVE MAINTENANCE SERVICE AGREEMENT
ID: 36C24625P0641Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, 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 Cepheid Inc. for the maintenance and repair services of GeneXpert systems at the Durham VA Medical Center in North Carolina. This procurement is essential to ensure the operational efficiency of the GeneXpert systems, which are critical for medical diagnostics and patient care. The government has determined that Cepheid Inc. is the only authorized vendor capable of providing these specialized services, and while this notice is not a request for competitive bids, expressions of interest from other contractors will be considered within three days of the notice. Interested parties should contact Contracting Officer Harold McQuillia at harold.mcquillia@va.gov for further information.

    Point(s) of Contact
    Harold McQuilliaContracting Officer
    (757) 315-3430
    harold.mcquillia@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs announces its intention to award a sole source contract to Cepheid Inc. for maintenance and repair services of GeneXpert systems at the Durham VA Medical Center, NC. Historical research indicates that Cepheid is the only authorized vendor capable of providing these specific services. This notice is not a request for competitive bids; however, the government is open to expressions of interest from other contractors within three days of this notice. Such submissions will help the government assess if there are alternative providers for this service. The procurement will follow Simplified Acquisition Procedures and Other Than Full and Open Competition regulations. Interested parties are directed to communicate their capabilities to the designated Contracting Officer, Harold McQuillia, through the provided email. This notice underscores the government’s intent to streamline its procurement process while ensuring the specialized service needs of the Durham VA Medical Center are met.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is being conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to fulfill the requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time, submitted to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov. The statutory authority for this procurement is U.S.C. § 1901, and the relevant NAICS code is 334516, which pertains to Analytical Laboratory Instrument Manufacturing.
    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.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    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.
    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.
    Q301--NEW - Karius Next Generation Sequencing Test B+3
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a firm-fixed-price contract to Karius, Inc. for the provision of the Karius Test®, a next-generation sequencing blood test designed to detect over 1,000 pathogens through microbial cell-free DNA analysis. This contract aims to enhance the rapid diagnosis and treatment of infections, particularly for immunocompromised patients, within the Texas Valley Coastal Bend Health Care System (TVCBHCS) in Harlingen, TX. The Karius Test® is recognized for its non-invasive nature and high diagnostic accuracy, making it a critical tool in the VA's healthcare offerings. Interested parties may submit capability statements within 10 days of this notice's publication; however, if no affirmative responses are received, the contract will be awarded to Karius, Inc. For further inquiries, interested firms should contact Ognian Ivanov at ognian.ivanov@va.gov or (210) 620-1571.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    7A20--Lab Analyzer Maint & Support - VISN 23
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source, firm-fixed price contract to Data Innovations, LLC for laboratory analyzer maintenance and support services under solicitation number 36C26325Q0431. This procurement is necessitated by the proprietary nature of Data Innovations' software, specifically the VISTA interface and middleware support, which is uniquely tailored to the VA's current laboratory systems. The services provided are critical for maintaining essential laboratory capabilities within the VA Healthcare System, ensuring quality care for veterans. Interested vendors may submit their capability statements to Marie Weathers at marie.weathers@va.gov by February 7, 2025, for consideration, although the government retains discretion on whether to pursue a competitive procurement process.
    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.