J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
ID: 36C24925Q0127Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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 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.

    Point(s) of Contact
    Carmen HanczykContracting Officer
    (615) 225-5973
    Carmen.Hanczyk@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract for preventative maintenance of the WatchDog System manufactured by Avidity. Avidity, as the original equipment manufacturer (OEM), is the exclusive provider able to maintain and repair this system, utilizing OEM parts and trained technicians. This notice is issued under FAR 13.106-1(b), emphasizing a single-source procurement approach due to Avidity's proprietary status. Interested parties may express their interest and capabilities within seven days of this announcement, which is not a solicitation for competitive bids. The response deadline is set for February 5, 2025, with the anticipated contract award date being March 1, 2025. All interested vendors must be registered in the System for Award Management (SAM) and must submit documentation supporting their capability to meet the contract requirements. Responses must be sent to the designated contracting officer via email. Overall, this notice signifies the VA's focused procurement strategy for specialized maintenance services within a regulated framework.
    Similar Opportunities
    J065--Base YR (05/01/2025-04/30/206) + 4 OYs Milwaukee Abiomed Impella Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Abiomed, Inc. for the preventative maintenance and emergency repairs of Impella equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, the Edward Hines, Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing Simplified Acquisition Procedures, due to the exclusive need for services from the Original Equipment Manufacturer (OEM). The selected vendor must provide new OEM items, ensuring compliance with specific requirements such as being an authorized distributor, having OEM-certified technical personnel, and offering 24-hour phone support. Interested parties must submit their capability statements by email to Eileen Meyer at eileen.meyer@va.gov by 10:00 AM CDT on February 11, 2025, as no competitive quotes will be accepted.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Omnicell, Inc. for the maintenance and support of Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for two additional years, and will include comprehensive services such as replacement parts, technical support, software updates, and maintenance that adhere to the standards set by the Original Equipment Manufacturer (OEM). Omnicell, Inc. is recognized as the only authorized service provider for these specific services, which are critical for ensuring the operational efficiency of the pharmacy medication cabinets. Interested firms that believe they can meet the requirements are invited to submit written notifications by February 13, 2025, at 2:00 PM ET, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    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.
    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--GENEXPERT PREVENTATIVE MAINTENANCE SERVICE AGREEMENT
    Buyer not available
    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.
    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.