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
    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.
    Sonobed Echo Exam Tables BNOE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking proposals for the procurement of Sonobed Echo Exam Tables for the Portland VA Medical Center. The solicitation is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires specific brand-name or equal products that meet detailed ergonomic and safety specifications, including power-operated sections and height adjustments. These exam tables are crucial for enhancing patient comfort and safety during medical examinations. Interested vendors must submit their offers by December 16, 2025, at 10:00 AM PST, and direct any questions to Maureen Sundstrom at maureen.sundstrom@va.gov by December 12, 2025, at 2:00 PM PT. Delivery of the tables is expected within 45 days after receipt of order.
    J065--FOLLOW ON | PM STRYKER BEDS
    Buyer not available
    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.
    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--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.
    6515--PHOTHERAPY BOOTH
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24726Q0148) to identify potential vendors capable of supplying a Brand Name or Equal PHOTHERA 4800 PRO MAX phototherapy booth. The procurement aims to gather information on qualified sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other businesses, in relation to the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, which has a size standard of 1,000 employees. This phototherapy device is critical for providing effective treatment, requiring specific features such as dimensions that accommodate wheelchair access, at least 48 high-density UV lamps, patient-controlled fans, and an advanced control system with a touchscreen interface. Interested vendors must submit their responses by December 12, 2025, at 09:00 AM Eastern Time, via email to Darius Crane at darius.crane@va.gov, including necessary company information and details regarding their business size and capabilities.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm fixed price contract to KNAPP, Inc. for the provision of hotline and maintenance services for proprietary pharmaceutical dispensing equipment at the Consolidated Mail-Out Pharmacy (CMOP) in Hines, IL. The procurement includes scheduled and unscheduled maintenance services, as well as 24/7 emergency telephonic technical support for two KNAPP pharmaceutical auto-picker UUA-SDA banks, ensuring that services are provided without voiding existing warranties. This contract is critical for maintaining the operational efficiency of the pharmacy's dispensing systems, as KNAPP is the exclusive manufacturer capable of servicing its proprietary equipment. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further details.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement requires comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is crucial for ensuring efficient patient flow and management within the facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four additional one-year option periods. Interested parties can contact Contract Specialist Michael E. Groneman at Michael.Groneman@va.gov for further details.