J066--New Requirement - Base 4 Hemo Xper Software Maintenance
ID: 36C25925Q0227Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the maintenance and support of the Hemo Xper Software at the Oklahoma City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a base year plus four option years, with a requirement to maintain a minimum of 95% equipment uptime. The selected contractor will be responsible for preventive maintenance, emergency support, and ensuring compliance with Original Equipment Manufacturer (OEM) standards, which is crucial for the effective operation of cardiology-related systems. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Shanta Harrison at Shanta.Harrison@va.gov or (303) 712-5719.

    Point(s) of Contact
    Shanta HarrisonContract Specialist
    (303) 712-5719
    Shanta.Harrison@va.gov
    Files
    Title
    Posted
    The solicitation notice outlines a request for quotes (RFQ) for the provision of software maintenance and hardware support for the Intellispace Essential Systems related to cardiology at the Oklahoma City VA Health Care System. The contract is set aside specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and covers a base year plus four option years, with a commitment to maintain a minimum of 95% equipment uptime. The selected contractor will provide preventive maintenance, emergency support, parts provision, and ensure all work meets Original Equipment Manufacturer (OEM) standards. Key responsibilities include maintaining equipment condition, providing necessary technicians, and coordinating maintenance schedules to minimize disruption to patient care. Contractors are required to submit proof of technician training and experience, alongside service reports for all work performed. Subcontracting limitations are specified, ensuring a majority of the work is carried out by the awarded SDVOSB contractor. The solicitation emphasizes adherence to federal regulations and necessitates a structured response by prospective offerors by the due date of February 26, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.
    J065--B. Braun Dialog Hemodialysis Preventative, and Corrective Maintenance Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for preventative and corrective maintenance services for B. Braun Dialog Plus Hemodialysis equipment at the Greater Los Angeles VA Healthcare System. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a one-year base period with four additional option years, focusing on comprehensive maintenance services such as inspections, repairs, and parts replacement. The initiative is crucial for ensuring the operational efficiency and quality care of medical equipment used in the healthcare facilities serving Veterans. Interested parties should contact Loan Dho at loan.dho@va.gov, with a total award amount of $34 million available for this contract.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    6640--OSMOMETER AND INSTALLATION KANSAS CITY VA MEDICAL CENTER
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Freezing Point Osmometer and associated installation services for the Kansas City VA Medical Center. This firm fixed-price contract aims to enhance laboratory testing capabilities by acquiring state-of-the-art medical equipment that meets specific technical specifications, including measurement capabilities, sample volumes, quick result times, and minimal maintenance requirements. The procurement is crucial for ensuring high-quality service for veterans, with a strong emphasis on compliance with federal regulations and the use of verified Original Equipment Manufacturer (OEM) products. Interested vendors, particularly small businesses including HUBZone, service-disabled veteran-owned, and women-owned entities, must submit questions by February 25, 2025, and quotations by March 5, 2025. For further inquiries, contact Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    6515--Fleet replacement of telemetry equipment, Shreveport, LA
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for the replacement of telemetry equipment at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to acquire a new Patient Monitoring System, with a focus on brand name or equivalent Philips equipment that meets the required specifications for interoperability and advanced features. The new system is critical for enhancing patient care and operational efficiency, ensuring compliance with federal privacy regulations while providing necessary training for clinical staff. Interested vendors should contact Tammy DeMille at tammy.demille@va.gov or T Miller at t.miller@va.gov for further details, with a site visit scheduled for January 28, 2025, and installation expected within 90 days of contract award.
    6515--Patient Monitoring System Upgrade for the Oklahoma City VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for a Patient Monitoring System Upgrade at the Oklahoma City VA Medical Center. This procurement aims to enhance the facility's patient monitoring capabilities by integrating advanced clinical functionalities, including EEG modules and ventilator compatibility, while ensuring compatibility with existing cardiac output devices. The project is designated for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is classified under the Product Service Code 6515 and NAICS Code 334510. Interested vendors should note that the proposal submission deadline has been extended to February 25, 2025, with inquiries accepted until February 13, 2025. For further information, potential bidders can contact Contract Officer Paul Zorch at paul.zorch@va.gov or by phone at 303-712-5803.
    J065--Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide maintenance and repair services for Hillrom beds and lifts at the Phoenix VA Healthcare System. The procurement aims to ensure corrective and preventive maintenance for Hillrom Progressa beds and Golvo 8008 patient lifts, with specific performance metrics including a 97% uptime guarantee, prompt response times, and next-day parts delivery. This initiative underscores the importance of maintaining critical medical equipment to support veteran healthcare services, while also promoting small business participation in federal contracting. Interested vendors must submit their qualifications and capability statements by February 28, 2025, and can contact Contract Specialist Garrett Lyles at garrett.lyles@va.gov for further information.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    J066--Service plan for BioRad Chemi-Doc Imager
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual service plan for the BioRad Chemi-Doc Imager at the Boise VA Medical Center. This procurement includes a comprehensive service plan covering unlimited repairs, travel, parts, and labor, ensuring the equipment remains functional and compliant with manufacturer warranties over a five-year period, consisting of one base year and four option years. The contract, with an estimated total award amount of $34 million, underscores the VA's commitment to maintaining essential research equipment while adhering to federal procurement regulations. Interested offerors must submit their proposals, including a completed SF-1449 form and pricing schedule, to Contract Specialist Tracy M Heath at tracy.heath@va.gov, with services expected to commence on March 12, 2025, and conclude on March 11, 2030.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for maintenance and repair services for the Copan Diagnostics WASP system at the St. Louis VA Medical Center. The procurement involves a firm-fixed-price service agreement valued at $34 million, covering a five-year period from May 1, 2025, to April 30, 2030, with options for annual renewals. This contract is critical for ensuring the reliability of medical equipment, which is essential for patient care, and all maintenance must comply with manufacturer specifications and VA standards. Interested contractors must submit bids by March 5, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov by February 24, 2025.