J065--Notice of Intent to Sole-Source
ID: 36C24825Q1031Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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, specifically the Network Contracting Office 8 (NCO 8), intends to negotiate a sole-source contract with Integra Life Sciences Corp to provide system coverage for an Acclarent TruDi Navigation System at the Orlando VA Medical Center in Lake Nona, Florida. This procurement aims to secure essential medical technology and is anticipated to be a Firm Fixed Price purchase order with a five-year period of performance, conducted in accordance with FAR 13.106-1, which allows for negotiations with only one responsible source. Interested firms that believe they can meet the requirements are encouraged to submit information regarding their capabilities and relevant experience within ten calendar days of this notice's publication. Responses should be directed to Kurt J. Kramer, the Contracting Officer, at Kurt.Kramer@va.gov, as the government retains the discretion not to compete the procurement if no responses are received.

    Point(s) of Contact
    Kurt J KramerContracting Officer
    (407) 840-9048
    Kurt.Kramer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), specifically the Network Contracting Office 8 (NCO 8), intends to negotiate a sole-source contract with Integra Life Sciences Corp to provide system coverage for an Acclarent TruDi Navigation System at the Orlando VA Medical Center. The anticipated contract is a Firm Fixed Price purchase order spanning five years and aligns with FAR 13.106-1, indicating that only one responsible source is reasonably available to fulfill the requirements. While this notice is not a request for competitive quotes, interested firms can provide information about their capabilities and experience in supporting the Acclarent TruDi Navigation System within ten calendar days of the notice's publication. Responses will be evaluated, but the government retains the discretion not to compete the procurement. Should no responses be received, NCO 8 will proceed with negotiations with Integra Life Sciences Corp. This notice highlights the VA's focus on securing essential medical technology while ensuring compliance with procurement regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    6515--VIP Glenoid Reamer System Set Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of a VIP Glenoid Reamer System Set, essential for orthopedic surgical procedures at the Albany VA Medical Center. This system is specifically required to support total and reverse shoulder arthroplasty, ensuring compatibility with existing Arthrex implants and maintaining continuity of patient care. The Glenoid Reamer System is critical for precise preparation of the glenoid surface, which is vital for accurate implant placement and long-term surgical success, as no equivalent products are available that meet the facility's needs. The estimated contract value is $19,104.16, and interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or 585-393-8563 for further details, with a response deadline set for December 12, 2025.
    J065--Carl Zeiss Artevo SMA Sole Source Announcement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole-source Firm-Fixed-Price Contract to PROAIM Americas, LLC for the preventive maintenance of the Zeiss Artevo 850 ophthalmic microscope located at the VA Valley Coastal Bend, Harlingen Healthcare Center. The contract will encompass semi-annual scheduled maintenance and emergency repair services, as only certified field service engineers from Carl Zeiss Meditec USA Inc. are authorized to perform repairs on Zeiss products, with PROAIM being the exclusive representative for such services. This procurement is critical to ensure the operational efficiency of specialized medical equipment essential for patient care. Interested parties may submit their capability information by 10:00 A.M. CT on December 12, 2025, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as this notice is not a request for competitive quotations.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    J065--Notice of Intent to Sole Source GE Optima 660 CAT Scan System Service and Support
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 21, intends to award a sole source contract to GE Healthcare for the service and support of the GE Optima 660 CAT Scan System at the VA Sierra Nevada Health Care System in Reno, NV. The contract will encompass maintenance services, including preventive maintenance, calibration, and repair, with specific requirements such as a one-year contract period, adherence to manufacturer schedules, and rapid response times for service calls. This procurement is critical for ensuring the operational efficiency and reliability of medical imaging equipment essential for patient care. Interested parties must submit compelling evidence of their capability to provide competitive services by December 10, 2025, and direct all inquiries to Contract Specialist Michael Alston at michael.alston@va.gov.
    J065--Celient Automated Cell Block Processing Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking to award a sole source contract for maintenance and repair services of the Celient Automated Cell Block Processing Service at the Salem VA Medical Center. The procurement is aimed at ensuring the operational efficiency of this specialized medical equipment, which is crucial for processing cell blocks in laboratory settings. Hologic Sales and Service LLC has been identified as the only capable vendor for this service, and the acquisition will follow Simplified Acquisition Procedures under Other Than Full and Open Competition as per FAR 13.106-1 (b). Interested contractors are encouraged to express their interest and capabilities by contacting Kristine Woodbury at Kristine.Woodbury@va.gov within three days of this notice.
    DA10--Netalytics Methasoft Oracle Health Integration Services for VISN 12 VA Medical Centers (VAMCs); Edward Hines Jr. VA Hospital located in Hines, IL and Jesse Brown VA Medical Center located in Chicago, IL.
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Netsmart Technologies, Inc. for the provision of Netalytics Methasoft Oracle Health Integration Services for the VISN 12 VA Medical Centers, specifically the Edward Hines Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is being conducted under the authority of 41 U.S.C. 3304(a)(1), which allows for noncompetitive procedures due to the unique capabilities of the sole source provider. The services are critical for enhancing health integration systems within the VA, ensuring that the medical centers can effectively manage and utilize health data. Interested firms that believe they can meet the requirements must submit their capability statements, including product descriptions and customer references, to the Contracting Officer, Jerri Schuster, at jerri.schuster@va.gov by 12:00 PM CST on December 12, 2025. No solicitation documents will be available, and the decision to proceed with the sole source negotiation will be at the Government's discretion.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.