Rosa One Time Annual Maintenance
ID: 36C24725Q0516Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 11:00 AM UTC
Description

The Department of Veterans Affairs is announcing its intent to award a sole source contract for the Rosa One Time Annual Maintenance at the Birmingham VA Medical Center. This contract, identified under solicitation number 36C24725Q0516, specifically involves preventive maintenance and repair services for the Rosa Knee System, a robotic surgical assistant critical for precision in knee replacement surgeries. The maintenance is essential to ensure the equipment operates optimally, tailored to the unique anatomical requirements of patients. Interested parties may express their interest and submit capability statements to Rudy A. Cortinez at rudy.cortinez@a.gov or by phone at 706-733-0188, although the final decision on procurement will remain at the government's discretion.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The Department of Veterans Affairs is announcing its intent to award a sole source contract for the Rosa One Time PM & Repair, specifically for preventive maintenance of the Rosa Knee System at the Birmingham VA Medical Center. This contract, designated under the federal solicitation number 36C24725Q0516, indicates that only Zimmer US Inc. is capable of providing the necessary services for this robotic surgical assistant, which facilitates precision in knee replacement surgeries. The maintenance is crucial for ensuring the equipment operates at optimal levels, based on its integration into the unique anatomical requirements of patients. This notification serves to meet the requirements set forth in the Federal Acquisition Regulation (FAR) regarding procurement transparency but does not constitute a formal solicitation or competitive bidding process. Interested parties are invited to express their interest and provide capability statements by the specified deadline, although the final decision to proceed with non-competitive procurement lies at the government's discretion. The notice emphasizes that the government’s choice not to seek competition rests solely with them, and all initial inquiries should be directed to the designated contracting specialist, Rudy A. Cortinez.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--INTENT TO SOLE SOURCE | BALTIMORE VA MEDICAL CENTER | 04/20/2025 - 04/19/2026 | HOLOGIC INC.
Buyer not available
The Department of Veterans Affairs is planning to award a sole source contract to Hologic Inc. for the repair and maintenance of the Mini C-Arm at the Baltimore VA Medical Center, which is currently non-operational and affecting patient care for veterans. The contract, effective from April 20, 2025, to April 19, 2026, aims to restore the Mini C-Arm's functionality through diagnostic testing, necessary repairs, and the provision of OEM parts, ensuring timely diagnoses and treatments for veterans. Hologic, as the original equipment manufacturer, is uniquely qualified to perform these repairs, and the procurement process will include a market research phase to identify any potential vendors capable of fulfilling the requirements. Interested vendors may contest the sole source determination by providing documentation of their qualifications to the Contracting Officer, Amy Walter, at AMY.WALTER1@VA.GOV.
its intent to award a sole source purchase order for preventive maintenance service plan on the Betterbuilt R620LP Cage & Rack Washer
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 09, intends to award a sole source purchase order for a preventive maintenance service plan for the Betterbuilt R620LP Cage & Rack Washer. This procurement is essential as Betterbuilt is the original equipment manufacturer (OEM) of the washer, and only authorized vendors, such as Omni Management, are permitted to conduct maintenance and repairs to ensure compliance with manufacturer support and warranties. The contract is expected to be awarded in accordance with FAR 13.106-1(b), with an anticipated award date of May 5, 2025. Interested parties can contact Carmen Hanczyk at carmen.hanczyk@va.gov or by phone at 615-225-5973 for further information.
Scriptpro Maintenance
Buyer not available
The Department of Veterans Affairs is announcing its intent to award a sole source contract to ScriptPro USA for the annual maintenance service of ScriptPro equipment at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. This contract will encompass labor, parts, supplies, and equipment necessary for the maintenance of the medical equipment, with the procurement being justified under federal regulations that allow for single-source contracting. Interested contractors must provide written documentation of their capabilities by April 11, 2025, and only vendors registered in the System for Award Management (SAM) are eligible to bid. For further inquiries, interested parties can contact Contract Specialist Alecia Mitchell at alecia.mitchell@va.gov.
J065--Varian Full-Service Maintenance
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract for full-service maintenance of Varian equipment at the VA Pittsburgh Medical Center, specifically targeting the Varian TrueBeam, Aria, and Eclipse systems used in cancer treatments. The contractor will be responsible for providing both preventative and corrective maintenance, as well as telephone support and remote access services, ensuring the operational safety and reliability of critical medical equipment. This maintenance is essential for supporting patient care and must comply with stringent regulatory standards, including the use of original equipment manufacturer parts and adherence to specific uptime guarantees. Interested parties must submit detailed capability information by April 7, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, with the contract covering a base year and four optional years.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
J065--INTENT TO SOLE SOURCE | VARIAN SOFTWARE & HARDWARE SERVICE CONTRACT | VA MARYLAND HEALTH CARE SYSTEM | 04/15/2025 to 04/14/2027 | BASE PLUS OPTION YEARS
Buyer not available
The Department of Veterans Affairs is seeking to award a sole source contract for Varian Software and Hardware Service at the Baltimore VA Medical Center, covering the period from April 15, 2025, to April 14, 2027. The contract will focus on maintaining proprietary Varian systems, including the Aria, Eclipse, DoseLab, Mobius3D software, and the EDGE Linear Accelerator, requiring services such as annual maintenance inspections, software upgrades, on-site support, and technical assistance. This procurement is critical for ensuring the operational integrity and reliability of essential medical equipment used in patient care, and it aims to identify qualified small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of fulfilling these requirements. Interested vendors must respond with their qualifications by contacting Patricia Thai at Patricia.Thai@va.gov, noting that this announcement is for market research purposes only and does not constitute a solicitation.
6515--EQUIPMENT- ALBANY-Radiation Laser System (VA-25-00060774)
Buyer not available
The Department of Veterans Affairs (VA) intends to sole source a contract for the purchase of a replacement LAP laser application system for the Albany VA Medical Center in New York. This procurement aims to secure a firm fixed price contract with LAP of America Laser Applications, Inc., the only authorized supplier for these specialized medical lasers, as per FAR 13 and 41 USC 253(c)(1) due to the lack of competitive alternatives. The LAP laser application system is critical for medical procedures requiring precise laser technology, underscoring its importance in the healthcare services provided to veterans. Interested vendors must submit a one-page capability statement to the Contract Specialist, Lorraine Hussain, via email by 3:00 PM Eastern Standard Time on April 8, 2025, to express their interest and capability in fulfilling this requirement.
Cryosurgical Unit
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a cryosurgical unit, specifically the Erbecryo 2 System, under solicitation number 36C26225Q0758. This opportunity is designated as a Total Small Business Set-Aside and requires vendors to provide equipment that meets stringent technical specifications, including compatibility with existing robotic bronchoscopes and the ability to perform on small airway lesions. The procurement is crucial for enhancing health services within the VA system, emphasizing the importance of small business participation in federal contracting. Interested vendors must submit their proposals electronically by April 9, 2025, and direct any inquiries to Bridgett Sharma at bridgett.sharma@va.gov by April 4, 2025. Compliance with the Buy American Certificate is also required, ensuring that all products are domestic end products unless otherwise specified.
MRI Trailer Maintenance
Buyer not available
The Department of Veterans Affairs is seeking proposals for the maintenance and repair of an MRI trailer located at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The contract, valued at approximately $19 million, will be awarded as a Firm Fixed Price for a base year with four option years, requiring comprehensive preventative and corrective maintenance services, including 24/7 support and timely emergency response. This procurement is crucial for ensuring the operational efficiency of medical equipment that supports high-quality healthcare services for veterans. Interested contractors should contact Alecia M. Mitchell at alecia.mitchell@va.gov for further details, and must adhere to the solicitation requirements outlined in the attached document.
J065--Neptune Equipment Maintenance Service - Base plus four
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for Neptune Equipment Maintenance Services to Stryker Corporation, specifically for the South Texas VA Health Care System. This contract will cover specialized maintenance for biomedical engineering equipment, which is uniquely provided by Stryker, and spans a base year from May 1, 2025, to April 30, 2026, with four optional years extending to April 30, 2030. Interested parties who believe they can meet the requirements are invited to submit supporting evidence, including authorization letters from the Original Equipment Manufacturer (OEM), to the Contract Specialist, Teresa Arzola, at Teresa.Arzola@va.gov by April 11, 2025, at 9:00 AM CST. The VA emphasizes that responses will be evaluated, but the decision to not compete the procurement is solely at the government's discretion.