DA01--Intent to Sole Source Syngo Upgrade
ID: 36C26224Q1883Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which involves essential upgrades and functional enhancements for existing servers at the San Diego VA Medical Center. This procurement is justified under Federal Acquisition Regulations (FAR) 6.302-2, permitting the government to contract with a single source when only one supplier can fulfill the requirement. The upgrades are critical for maintaining the operational efficiency and effectiveness of the medical services provided at the facility. Interested parties must submit their capability statements, including past performance experience and proof of licensure, by 12:00 PM Pacific Time on October 11, 2024, to Charity Cazee at charity.cazee@va.gov, referencing notice #36C26224Q1883.

    Point(s) of Contact
    Charity CazeeContract Specialist
    520-792-1450 Ext. 16236
    charity.cazee@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which encompasses essential upgrades and functionality enhancements for existing servers at the San Diego VA Medical Center. This action is justified under Federal Acquisition Regulations (FAR) 6.302-2, which allows for procurement from a single source when only one supplier is capable of fulfilling the requirement. The solicitation, numbered 36C26224Q1883, requires that all submissions expressing interest in this sole source must include past performance experience related to similar services and proof of licensure, if applicable. Interested parties must submit their capability statements by the specified deadline of 12:00 PM PT on October 11, 2024. The relevant NAICS code for this procurement is 541519, categorized under Other Computer Related Services, with a size standard of $34 million. The notice clarifies that this is not a request for competitive quotations, and the government's commitment to a sole-source determination is at its discretion based on received submissions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Notice of Intent to Sole-Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a Service Agreement for the Dermatology Laser VBeam Perfect, to be awarded to Candela Corporation. This decision is based on the determination that only Candela Corporation possesses the necessary capabilities to fulfill the agency's requirements, as outlined under Simplified Acquisition Procedures per FAR 6.302-1. The service agreement is crucial for maintaining the operational efficiency of specialized medical equipment used in dermatological treatments. Interested parties may submit capability statements or proposals for consideration, but must do so by 2 PM EST on September 30, 2024, directly to Contract Specialist Jennifer Nowak at Jennifer.Nowak@va.gov.
    7A20--ME Philips EPIQ 7 Software Upgrade for AMLK CS: Tracy Heath
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is issuing a Sole Source, Firm-Fixed-Price Purchase Order to Philips Medical Systems North America for the service and maintenance of EPIQ software as part of the High Tech Medical Equipment (HTME) Service program. This procurement is conducted under the mandatory National Acquisition Center HTME Multi-award IDIQ contract (VA797H-17-D-0022) and is specifically intended for the American Lake Facility of the Puget Sound Health Care System in Tacoma, WA. The initiative is crucial for ensuring the operational capability of high-tech medical equipment, which is vital for providing quality healthcare services to veterans. For inquiries, interested parties can contact Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.
    J065--BD Pyxis Service - VISN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for maintenance services related to BD Pyxis medication systems, primarily to Carefusion Solutions, LLC. This contract, designated as 36C26324Q1213, aims to ensure continuous maintenance, including technical support, parts repair, preventive maintenance, and software updates for the BD Pyxis systems utilized across various VA facilities in the Midwest. The initiative is critical for sustaining automated dispensing systems that enhance medication management and safety for veterans. Interested vendors not currently representing Carefusion may submit capability statements to Contract Specialist Emanuel Nevarez at emanuel.nevarez@va.gov, with the contract set to begin on January 1, 2025, and spanning five years.
    6515--36C242-24-AP-4875 | 528-25-1-4085-0001 BkSpecto Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of a BK Specto Ultrasound Unit and associated probes for urologic procedures, effective October 1, 2024. This procurement is necessitated by the discontinuation of critical disposable biopsy guides for existing ultrasound probes, which has severely limited the operational capacity of the urology department, leaving them reliant on a single remaining probe. The BK Specto Ultrasound Unit is essential for conducting prostate biopsies and ensuring effective patient care in urology, following the obsolescence of previous equipment. Interested suppliers may submit capability statements to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov by September 30, 2024, at 4:00 PM (ET), as this notice is not a request for quotes.
    J065--Notice of Intent to Sole Source Pro-Aim Optime Complete Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to issue a Sole Source Award to PROAIM Americas, LLC for the OPTIME Complete Service. This procurement aims to secure preventive and corrective maintenance, technical support, and spare parts for medical systems at the Fresno VA Medical Center, ensuring compliance with manufacturer guidelines and relevant regulations. The maintenance of this critical medical equipment is vital for supporting healthcare operations efficiently, emphasizing the need for regular inspections and prompt repair services. Interested parties may direct inquiries to Contract Specialist Michael Alston at michael.alston@va.gov, as this notice is for informational purposes only and does not constitute a formal solicitation.
    J065--WASHINGTON DC | INTENT TO SOLE SOURCE | SUN NUCLEAR SUPPORT SERVICES ONE BASE YEAR PLUS FOUR OPTION YEARS | 11/01/2024 TO 10/31/2025 UCD 10/31/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) in Washington, DC, intends to award a sole-source contract for support services related to Sun Nuclear equipment utilized in the Radiation Oncology department. This contract will cover one base year from November 1, 2024, to October 31, 2025, with four additional one-year options extending through October 31, 2029, and will include comprehensive maintenance services such as preventive and corrective maintenance, requiring all parts and services to be OEM certified. The importance of this procurement lies in ensuring the operational integrity and safety of medical equipment critical for patient care, while also emphasizing compliance with safety regulations and the protection of patient health information. Interested vendors, particularly service-disabled veteran-owned and small businesses, are encouraged to submit their qualifications to the primary contact, Amy Walter, at Amy.Walter1@va.gov, as this notice serves as market research and is not a solicitation for bids.
    J065--Medtronic ENT Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Medtronic USA Inc. for an ENT Service Agreement at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Medtronic possesses the unique capabilities necessary to fulfill the requirements for medical equipment maintenance and repair services. The contract is crucial for ensuring the continued operation of essential medical equipment, thereby supporting the VA's mission to provide high-quality healthcare to veterans. Interested contractors may submit capabilities statements by October 1, 2024, at 10:00 a.m. Eastern Time, directed to Contract Specialist Sara Wood at sara.wood1@va.gov; however, the government will not cover any costs related to responses, and no solicitation package is available.
    J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole-source contract for maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contract will cover a base year from November 1, 2024, to October 31, 2025, with options for four additional years, requiring comprehensive preventive and corrective maintenance services, including parts, labor, and 24/7 remote support from fully qualified field service engineers authorized by the original equipment manufacturer. These services are critical to ensuring the safety and operational efficiency of medical equipment used in patient care. Interested vendors must provide detailed company and capability information if they wish to challenge the sole-source designation, and inquiries can be directed to Contracting Officer Amy Walter at AMY.WALTER1@VA.GOV.
    J065--Mizuho Trios Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole-source contract with Mizuho Orthopedic Systems, Inc. for maintenance services on the Mizuho Trios equipment, as they are the only authorized provider for these services. This procurement is conducted under the authority of 41 U.S.C. 1901 and is exempt from competitive bidding, with a Firm-Fixed Price contract covering one base year and four optional renewal years. The services are critical for maintaining the functionality of medical equipment used in veteran care, ensuring compliance with industry standards. Interested vendors must submit written notifications to the Contracting Officer, Robert Ruska, by September 30, 2024, at 10:00 AM Central Time, including proof of authorized status from the Original Equipment Manufacturer.
    6515--CADD-SOLIS AMBULATORY PCA PUMPS (Upgrade)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified small businesses regarding the procurement of CADD-SOLIS ambulatory PCA pumps and related equipment as part of a Sources Sought Notice. The initiative aims to identify firms capable of providing equipment functionally equivalent to the Brand Name ICU Medical CADD Solis Ambulatory Pumps, including essential components such as medication safety software, pole mount adapters, and implementation software. This procurement reflects the VA's commitment to enhancing medical device technology to ensure quality care for veterans. Interested parties are encouraged to respond by email to Contract Specialist Aleta Jennette at Aleta.Jennette@va.gov by October 4, 2024, at 10 AM Eastern Time, noting that this notice is for market research purposes only and does not constitute a solicitation.