J065--Bedford VA Medical Center Hospital Bed Preventative Maintenance
Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 seeking a sole source contract for the preventative maintenance and repair of Baxter/Hill-Rom hospital beds at the Bedford VA Medical Center in Massachusetts. The procurement requires services to be performed exclusively by certified Baxter/Hill-Rom technicians, utilizing original equipment manufacturer (OEM) parts to ensure compliance with safety standards and operational integrity. This maintenance is critical for the functionality of hospital beds, which play a vital role in patient care and safety. The total estimated value of the contract is $592,000, covering one base year and four optional years, with interested parties encouraged to contact Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or 401-273-7100 for further details.

    Point(s) of Contact
    Carissa SarazinContract Specialist
    (401) 273-7100
    carissa.sarazin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is justifying a sole source contract for the preventative maintenance and repair of Baxter/Hill-Rom hospital beds under FAR 13.5 simplified acquisition procedures. The procurement, identified as Acquisition ID# 518-25-3-7779-0050, involves services performed solely by Baxter/Hill-Rom certified technicians, utilizing original equipment manufacturer (OEM) parts. The total estimated value is $592,000, covering one base year and four optional years. The justification cites that only Baxter/Hill-Rom can restore beds to OEM standards and provide necessary software upgrades, ensuring patient safety and preventing substantial duplication of costs. Despite soliciting responses from multiple vendors, only Baxter/Hill-Rom demonstrated the required qualifications. Market research confirmed no alternate capable vendors, and the action emphasizes compliance with federal acquisition regulations. The contracting officer and supervisory healthcare engineer have certified the need for this acquisition, underscoring its significance to the VA's operational integrity and commitment to quality patient care.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    HILL-ROM MATTRESS REPLACEMENT ICU
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Hill-Rom Progressa+ mattresses for the Intensive Care Unit (ICU) at the Cleveland Veterans Affairs Medical Center. This acquisition is intended to be a sole source procurement due to the proprietary nature of the Hill-Rom system, which is specifically designed to prevent pressure injuries, provide pulmonary therapy, and facilitate early patient mobility in critical-care settings. The unique features of the Progressa+ system, including its interlocking design with the Progressa bed frame and integrated therapy modes, are essential for maintaining clinical outcomes and warranty support. Interested parties who believe they can meet the requirements must submit their capabilities by December 18, 2025, at 5 PM EST, to Rachelle Hamer at rachelle.hamer@va.gov, referencing “RFQ 36C25026Q0166| Hill-Rom Mattress Replacement ICU” in the subject line.
    6530--BNOE Baxter Progressa ICU Beds
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Baxter Progressa ICU Beds for the Boise VA Medical Center in Idaho. This Sources Sought Notice aims to gather information on the availability and capabilities of potential suppliers, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses, to fulfill the requirement for 14 ICU beds with specific features. The procurement is crucial for enhancing patient care in the ICU, ensuring that the beds meet advanced medical standards and functionalities. Interested vendors must submit their capability statements and a courtesy market research quote to Tracy Heath at tracy.heath@va.gov by 3:00 PM PST on December 15, 2025, as this is not a request for a quote and no solicitation is currently available.
    J065--FOLLOW ON | PM STRYKER BEDS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    Notice of Intent to Award
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.