J065--One year bridge contract
ID: 36C26126Q0196Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs, Network Contract Office 21, intends to award a sole source firm fixed price contract to Maness Veterans Medical LLC for the maintenance and repair of Umano patient beds at the VA Medical Center in San Francisco. The contractor will be responsible for ensuring a 96% operational uptime, providing preventive maintenance biannually, and responding to unscheduled maintenance requests within specified timeframes, while also adhering to strict VA security protocols. This contract is critical for maintaining the functionality of medical equipment essential for patient care, and interested parties who believe they can fulfill the requirements must submit their capabilities and an authorization letter from Umano by December 10, 2025, at 10:00 AM PST to Durell Salaz at durell.salaz@va.gov. The applicable NAICS Code is 339113, with a size standard of $34 million.

    Point(s) of Contact
    Durell SalazContracting Officer
    None
    durell.salaz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, NCO 21, issued a special notice for a one-year bridge contract (Solicitation Number 36C26126Q0196) to award a sole source, firm fixed price contract to Maness Veterans Medical LLC. This contract is for servicing Umano patient beds at VASFHCS, as Maness Veterans Medical LLC is believed to be the only authorized vendor providing repair services and OEM parts for Umano Medical, LLC products. The NAICS Code is 339113 with a size standard of $34 Million. The notice invites other interested companies to submit their capabilities and an authorization letter from Umano by December 10, 2025, at 10:00 AM PST, to Durell Salaz at durell.salaz@va.gov. However, the government reserves the right to proceed with a sole source award, as this is not a request for competitive quotes.
    This Performance Work Statement outlines requirements for maintaining Umano Patient Beds (Models Ook Snow and Ook ALL) at the VA Medical Center in San Francisco. The contractor must ensure a 96% operational uptime, with services available Monday to Friday, 8 AM to 5 PM, plus 24/7 phone support, excluding federal holidays. Preventive maintenance is required biannually. Unscheduled maintenance demands a two-hour phone response and a six-hour on-site response if issues persist. The contractor is responsible for furnishing all original equipment manufacturer parts and providing necessary tools, manuals, and diagnostic software. Detailed service reports (ESRs) are mandatory for all work performed. Personnel must be fully qualified, with at least two years of experience, and undergo VA-specific cybersecurity and privacy training. Strict adherence to VA information security policies, including data handling, system access, and incident reporting, is critical. Non-compliance with security protocols or data breaches may lead to liquidated damages or contract termination. The contractor must also comply with VA regulations regarding identification, parking, and conduct on premises.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.
    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.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    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--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.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    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.
    J065--Patient Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services for the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to perform semi-annual inspections, annual preventive maintenance, and annual load testing on approximately 500 patient lift systems across multiple facilities, including the Malcom Randall and Lake City VA Medical Centers. This maintenance is crucial for ensuring the safety and reliability of patient handling equipment, which plays a vital role in the care of veterans. Quotes are due by December 9, 2025, at 16:00 EST, and questions must be submitted by November 24, 2025, to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov.
    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.
    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.