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
    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
    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.
    Similar Opportunities
    6515--36C25925Q0050| Sources Sought on Impella Catheter for Rocky Mountain Regional VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration under Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential sources for the procurement of Impella Catheters for the Rocky Mountain Regional VA Medical Center. The objective is to enhance patient care, particularly for individuals undergoing high-risk procedures or recovering from heart conditions, by acquiring specified catheter bundles that include essential components such as introducer kits and guidewires. This procurement is crucial for maintaining high medical standards and supporting efficient patient health services. Interested companies must submit their responses, including company information and socioeconomic classifications, by October 31, 2024, at 12:00 AM Mountain Time, to Contract Specialist Lynn Lim at lynn.lim@va.gov.
    J065--(PM) IMED
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide annual preventive maintenance and corrective repair services for medical equipment at the Southern Arizona VA Health Care System in Tucson, AZ. The procurement aims to identify capable Service-Disabled Veteran Owned Small Businesses and other small business entities that can deliver these essential services, which include on-site maintenance in accordance with Original Equipment Manufacturer (OEM) recommendations and timely response to service requests within 48 hours. Interested parties must ensure they are registered in the System for Award Management (SAM) and the U.S. Small Business Administration's certification program for veteran-owned businesses, with responses due by October 28, 2024, at 4:30 PM PST. For further inquiries, vendors can contact William Cornick, Contract Specialist, at william.cornick@va.gov or (602) 795-4465.
    J065--Notice of Intent to Sole Source - Vision RT Services Albany VA Medical Center, Albany, NY Base Plus 4 Options
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Vision RT, Inc. for specialized Vision RT Services at the Albany VA Medical Center in Albany, NY, covering a base period plus four option years. The contract will focus on preventative maintenance, corrective repairs, and updates for specific medical equipment, ensuring adherence to manufacturer specifications and providing necessary technical support and replacement parts. This procurement is crucial for maintaining the operational integrity of medical equipment used in veteran care, with the NAICS code 811210 indicating a monetary threshold of $34 million for these services. Interested vendors, particularly service-disabled veteran-owned and small businesses, must submit their capabilities to the contracting officer, Julie Monagan Barnard, via email by November 4, 2024; however, no funding is currently available for this effort.
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    J065--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.
    J065--Base YR (02/01/2025-01/31/2026) + 2 OYs MKE and Hines Medtronic CryoConsole Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for the maintenance and repair of cryo-console equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Edward Hines, Jr. VA Hospital in Hines, IL. This procurement is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, emphasizing that only Medtronic qualifies due to Original Equipment Manufacturer (OEM) requirements. The contract will ensure high-quality service and compliance, as all items must be new and sourced directly from the OEM or authorized distributors, with strict prohibitions against used or counterfeit products. Interested vendors must submit documentation demonstrating compliance by 10:00 AM CDT on October 31, 2024, to Eileen Meyer at eileen.meyer@va.gov, as no solicitation documents will be available and telephonic inquiries will not be accepted.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 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 for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    6515--NX EQ Transport Ventilators
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hamilton T1® Transport Ventilators, aimed at enhancing patient care during intrahospital and interfacility transport across its medical centers nationwide. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a single award contract with a base period of 12 months and four optional 12-month extensions. The ventilators are critical for providing mechanical ventilation to neonatal, pediatric, and adult patients, ensuring their safety and comfort during transport. Interested vendors must submit their proposals by November 1, 2024, with questions due by October 24, 2024, and can contact Contracting Officer Kimberly LeMieux at Kimberly.LeMieux@va.gov for further information.
    6515--EQUIPMENT - CADD-SOLIS AMBULATORY PCA PUMPS (Amendment)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of CADD Solis ambulatory PCA pumps for the New York Harbor Healthcare System located in Brooklyn, NY. This solicitation, identified as 36C24225Q0021, aims to replace outdated PCA ambulatory pumps with brand name ICU Medical CADD Solis pumps, which are essential for compatibility with PharmGuard™ medication safety software and ensuring operational efficiency in patient care. The estimated contract value is not to exceed $250,000, with offers due by October 24, 2024, at 10 AM EST. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contract Specialist Aleta Jennette at Aleta.Jennette@va.gov or (914) 737-4400 ext 2068 for further details.
    J065--Notice of Intent to Sole Source - Bone Scanner Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a sole source contract for the maintenance service of a GE iDXA Bone Scanner, specifically with Alpha Source Inc. This procurement aims to ensure comprehensive maintenance coverage, including hardware, firmware, installation, and preventive maintenance, with a focus on timely technical support and adherence to specific performance schedules. The contract is crucial for maintaining the operational efficiency of diagnostic equipment essential to the VA's healthcare mission, with a firm-fixed-price structure spanning from December 2025 to December 2030. Interested vendors must submit their capability statements and relevant information to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by October 29, 2024, at 17:00 Mountain Time.