J065--INTENT TO SOLE SOURCE | WASHINGTON DC MED CENTER Abiomed_Services Contract ONE BASE YEAR, PLUS FOUR OPTION YEARS
ID: 36C24525Q0052Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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
  1. 1
    Posted Oct 22, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 22, 2024, 12:00 AM UTC
  3. 3
    Due Nov 5, 2024, 6:00 PM UTC
Description

The Department of Veterans Affairs is announcing an intent to sole source a contract for Abiomed services at the Washington DC Medical Center, which will cover one base year plus four option years. The procurement aims to secure comprehensive support for the Impella AIC System, including preventative and corrective maintenance, inspections, software updates, and repairs, ensuring the reliability of critical medical equipment used in veteran healthcare. Interested vendors, particularly those classified as service-disabled veteran-owned small businesses or other small business categories, are encouraged to respond with their qualifications and capabilities, as this notice serves primarily for market research and does not obligate the government to award a contract. For further inquiries, vendors may contact Patricia Thai at Patricia.Thai@va.gov or Amy Walter at Amy.Walter1@va.gov.

Point(s) of Contact
PATRICIA.THAI@VA.GOVCONTRACT SPECIALIST
Amy.Walter1@va.gov
Files
Title
Posted
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
The Abiomed Impella AIC System Support Contract outlines the provision of comprehensive support for Impella systems at the Washington DC VA Medical Center. The contract encompasses preventative and corrective maintenance, requiring all necessary labor, equipment, and certified parts. Specific tasks for maintenance include thorough inspections, software updates, and repairs based on OEM manuals. The service period spans from December 1, 2024, to November 30, 2029, with clear stipulations for service hours, reporting protocols, and safety procedures. Contractors must adhere to patient health information safeguards, wear identification, and follow OSHA regulations to ensure safety and compliance. Payment terms specify prior approval for additional charges, and a guarantee for workmanship and parts is mandated for 90 days. Overall, this contract demonstrates the government’s focus on maintaining high standards for critical medical equipment support, ensuring reliability in healthcare delivery for veterans.
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Oct 22, 2024, 5:21 PM UTC
Lifecycle
Similar Opportunities
J065--Getinge Cardio help Service
Buyer not available
The Department of Veterans Affairs, specifically the Veterans Health Administration (VHA), intends to issue a Sole Source contract to Getinge USA Sales, LLC for comprehensive service support of the Getinge Cardiohelp heart-lung bypass machine. This procurement aims to secure full-service support, including emergency services, maintenance, and technical assistance, ensuring the equipment operates at an uptime of at least 98% in accordance with the original equipment manufacturer's specifications. The contract will span a Base period plus three additional years, with a performance period from March 18, 2025, to March 17, 2027, and interested parties are invited to submit capability statements to Contract Specialist Carlos Ortiz at carlos.ortiz3@va.gov by April 24, 2025, at 3:00 PM EST.
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.
INTENT TO SOLE SOURCE - 3D BIOPRINTER - Iowa City VA Health Care System Research Department
Buyer not available
The Department of Veterans Affairs intends to issue a Firm-Fixed Price contract for the procurement of a U-Fab Activo 3D Bioprinter from SCINTICA INC., the sole authorized distributor in the United States. This bioprinter is a critical component for a research project focused on bioprinted corneal grafts, which aims to advance transplantation techniques. While the procurement is intended to be sole source, the VA is inviting capability statements from other interested vendors, which may influence the competitiveness of the contract. Interested parties must submit their responses, including company identification and relevant qualifications, by April 30, 2025, to Christi Melendez at Christi.Melendez@va.gov, ensuring to include the VA Identifier 36C26325Q0581 in the subject line.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
6515--689-25-2-7077-0026: Heart Lung Machines
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide two Spectrum Medical Quantum Heart Lung Machines and associated equipment for the VA West Haven Healthcare System. This procurement aims to assess industry capabilities for supplying medical equipment that is compatible with existing systems and meets specific functionalities for patient safety. The Heart Lung Machines are critical for supporting patients during surgical procedures requiring cardiopulmonary bypass. Interested vendors must submit their qualifications, including proof of authorization from the Original Equipment Manufacturer (OEM) and registration in the System for Award Management (SAM), by March 10th, 2025, via email to Contract Specialist Fred Revah at frederic.revah1@va.gov.
6515--SHOCKWAVE UNIT 36C252-25-AP-2353
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified Original Equipment Manufacturers (OEMs) or authorized distributors capable of providing a shockwave unit, specifically the Sanuwave Dermapace model DEP0330 or an equivalent product. The VA Great Lakes Health Care System requires a mobile, non-invasive treatment device designed to deliver customizable therapy for chronic diabetic foot ulcers, emphasizing user-friendly technology and comprehensive safety features. This procurement is crucial for enhancing patient care through effective wound healing solutions, and interested vendors must respond by April 29, 2025, to Contracting Specialist Rebecca Picchi at rebecca.picchi@va.gov, ensuring they meet the small business criteria under NAICS code 334510.
6515--ENDOFLIP TM 300 SYSTEM
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the Medtronic EndoFLIP 300 System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Vendors interested in this opportunity must meet specific requirements, including VIP verification, to be eligible for consideration by the proposal deadline of April 25, 2025, at 2 PM Eastern Time. The EndoFLIP 300 System is crucial for medical procedures at the V.A. Medical Center in Decatur, Georgia, emphasizing the VA's commitment to engaging veteran-owned businesses while ensuring compliance with regulatory standards. Interested vendors should submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov prior to the deadline.
6515--NX EQ Infusion Pumps Multitherapy Ambulatory
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Infusion Pumps Multitherapy Ambulatory equipment, specifically the ICU Medical® brand or equivalent products, through a national single Requirements contract. The procurement aims to assess the availability and capabilities of suppliers to deliver these essential medical devices, which are crucial for administering various therapies in both hospital and home settings. The anticipated contract will consist of a 12-month base period with four additional option years, contingent upon satisfactory performance and ongoing needs, with interested vendors required to submit detailed responses demonstrating compliance with specific salient characteristics, including U.S. FDA clearance. For inquiries, vendors can contact Contracting Officer Kimberly LeMieux at Kimberly.LeMieux@va.gov, and submissions must include the Notice ID by the specified deadline.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.