J065--Notice of Intent to Sole Source - Genexus Service Maintenance
ID: 36C24224Q0025Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

PSC

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

    Sources Sought Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole source open market purchase order to Life Technologies, Inc. for GENEXUS PURIFICATION SYSTEM and ION GENEXUS service maintenance at Buffalo VA Medical Center. The service maintenance purchase order is for the maintenance, repair, and rebuilding of medical, dental, and veterinary supplies. The NAICS code is 811210 for Other Electronic and Precision Equipment Repair and Maintenance, and the Classification code is J065. Responses are due on 10/10/2023 at 10:00pm EST.

    Point(s) of Contact
    Daniel ZielinskiContracting Officer
    716-862-7461 x22380
    daniel.zielinski@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--ProBalance 360
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a Sole Source contract to Cell Microsystems for the annual maintenance of the BioFlux Shear Flow System located at the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to ensure the equipment operates safely and effectively, adhering strictly to the requirements set forth by the Original Equipment Manufacturer (OEM). This maintenance service is critical for the ongoing functionality of the BioFlux system, which plays a vital role in the medical center's operations. Interested parties must submit their qualifications and demonstrate their ability to meet the government's requirements by September 10, 2024, to Kolbi Barton at kolbi.barton@va.gov, as this notice does not constitute a solicitation for competitive proposals.
    J065--Intent to Sole Source Notice - Roche Analyzer Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Roche Diagnostic Corp for maintenance services on Roche Cobas X 480 and Z 480 analyzers at the Brooklyn VA Medical Center. The contract will encompass full service and preventive maintenance, which includes labor, tools, transportation, and necessary parts (excluding non-vendor parts), ensuring that the equipment is maintained according to manufacturer specifications. This procurement is critical for maintaining operational standards at the medical facility, and the contract will consist of a one-year base period with four optional renewal years, authorized under FAR 6.302-1 for non-competitive procurement. Interested parties must express their interest and capability by September 11, 2024, via email to Contracting Officer Andres Cepeda at andres.cepeda@va.gov.
    Maintenance of Baxter CVVH Prismax and Thermax system by Baxter/Vantive US Healthcare LLC (Notice of Intent to sole source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Vantive US Healthcare LLC for the maintenance of Baxter's Continuous Veno-Venous Hemofiltration (CVVH) devices and associated equipment. The contract will cover the maintenance of five PRISMAX CVVH hemofiltration devices and five Thermax blood warmers, ensuring compliance with the manufacturer's maintenance standards and the operational integrity of critical medical equipment used in patient care. This equipment is vital for treating patients with acute renal failure, and the contract is structured for one base year with four option years, commencing on September 23, 2024. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on September 11, 2024, for consideration.
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    J065--Roche S.pecial Stainers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source Firm-Fixed Price contract for Preventative Maintenance Services for Roche Special Stainers at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. The procurement is specifically aimed at securing services from Roche Diagnostics Corporation, the original equipment manufacturer and sole authorized distributor, due to the highly specialized nature of the equipment and the necessity to avoid delays and additional costs associated with alternative sources. This contract is scheduled for award on October 1, 2024, with interested parties required to submit their expressions of interest and capabilities by September 12, 2024, at 11 AM Central Time. Vendors must be registered in the System for Award Management (SAM) to be eligible for the award, and all inquiries should be directed to Rachel Babin at Rachel.Babin@va.gov.
    J065--SYMBIA, MAGNETOM, MRXPERSION SERVICE PLAN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a Sole Source, Firm-Fixed-Price service contract for the maintenance and repair of Siemens medical equipment, specifically the Magnetom Vida, MRXperion, and Symbia T6 SPECT CT systems. The contract will cover a base year plus four option years, ensuring comprehensive service that includes on-site repairs, technical support, and parts coverage, all provided by the original equipment manufacturer, Siemens Medical Solutions USA, Inc. This procurement is critical for maintaining the operational efficiency of medical equipment at the VA Hudson Valley Healthcare System, located in Wappingers Falls, NY. Interested parties can direct inquiries to Contracting Officer Megan Ross at MEGAN.ROSS3@VA.GOV, with the anticipated award date set for December 1, 2024.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    6515--NOI_SS Hologic Annual Maintenance (BASE + 2) VA Medical Center Houston
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide annual preventive maintenance services for medical equipment at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement will be structured as a Sole Source contract with a Firm-Fixed Price for a base year and two optional one-year extensions, totaling a maximum of three years. This maintenance is crucial for ensuring the operational efficiency and safety compliance of advanced medical technologies, including imaging systems and management solutions. Interested vendors must submit their qualifications, including business size and socio-economic status, to Doug Collins at Douglas.Collins@va.gov by 4:00 PM (CST) on September 11, 2024, as this notice is not a request for competitive proposals.
    J065--Pyxis Rental and Support Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to negotiate a sole-source contract for a Pyxis Rental and Support Agreement with Carefusion Solutions, LLC. This procurement is based on the determination that only Carefusion Solutions possesses the necessary capabilities to meet the specific requirements of the agency, as outlined under Simplified Acquisition Procedures and FAR 6.302-1. The Pyxis system is critical for managing medical, dental, and veterinary equipment and supplies, ensuring efficient operation within the VA facilities. Interested vendors may submit capability statements to demonstrate their ability to meet the requirements by 2 PM EST on September 10, 2024, with all responses directed to Contracting Officer Chad Kemper at chad.kemper@va.gov.
    Repair of and preventative maintenance of Gel Permeation Chromatography (GPC)
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) intends to award a sole-source firm fixed price purchase order to Waters Technologies Corporation for the repair and preventative maintenance of a Waters Gel Permeation Chromatography (GPC) System. This procurement includes a 12-month base period with two additional 12-month options, as Waters is the original equipment manufacturer (OEM) and the only source with the necessary factory-trained technicians and access to OEM parts and proprietary software required for servicing the GPC System. The maintenance of this critical laboratory equipment is essential for the FDA's operations, ensuring compliance and functionality in their analytical processes. Interested parties capable of meeting these requirements must submit their responses, including specific business information, to the primary contact, Iris Johnson, by 12:00 PM EST on September 13, 2024, and must be registered in SAM.gov to be considered.