J065--Siemens YSIO MAX X-Ray Repair (VA-25-00078728)
ID: 36C24225Q0661Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 (VA) intends to award a sole source contract for the repair of the Siemens YSIO MAX X-Ray system at the Buffalo Veterans Affairs Medical Center (VAMC) in New York. The primary objective of this procurement is to ensure immediate and efficient repairs using original equipment manufacturer (OEM) parts, with a warranty for a period of twelve months following installation. This initiative is crucial for maintaining the functionality of essential medical equipment, thereby supporting the VA's commitment to providing quality healthcare services to veterans. Interested vendors, particularly Service Disabled Veteran Owned Small Businesses and other small businesses, must submit their qualifications, including business classification and contact details, to the Contract Specialist, Michelle Harsch, at Michelle.Harsch@va.gov within three calendar days of this announcement. The NAICS code for this project is 811210, with an associated ceiling of $34 million.

    Point(s) of Contact
    Michelle HarschContract Specialist
    (716) 862-7373
    Michelle.Harsch@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through the Network Contracting Office (NCO) 2, plans to award a sole source contract for repairs of the Siemens YSIO MAX X-Ray system at the Buffalo VAMC in New York. This contract, governed by FAR Part 6.302-1, will only involve Siemens Medical Solutions USA, Inc. The primary objective is to ensure immediate and efficient repairs using original equipment manufacturer (OEM) parts, with a warranty for a year post-installation. Interested vendors, particularly Service Disabled Veteran Owned Small Businesses and other small businesses, are invited to demonstrate their capabilities by submitting detailed information on their qualifications. Responses must include the business's classification, contact details, and evidence of expertise in servicing the specified equipment. The government emphasizes there is no obligation to award a contract based on this notice, which serves mainly for market research. Responses should be sent to the specified email address within three days of this announcement. The NAICS code for this project is 811210, with an associated ceiling of $34 million. This initiative reflects the VA's strategy to ensure the continued functionality of critical medical equipment through targeted procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--MAX-1 MAXISONIC TABLE TOP IRRIGATOR SURGICAL WASHER
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the procurement of a MAX-1 Maxisonic Table Top Irrigator Surgical Washer, intended for use at the Fayetteville VA Medical Center in Arkansas. This solicitation, identified by number 36C25625Q0965, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations regarding medical equipment procurement. The successful contractor will be responsible for the delivery, installation, and compliance with various specifications, including electrical requirements and water connections, to ensure the equipment meets the needs of veteran healthcare services. Interested vendors must submit their quotes by June 6, 2025, and can direct inquiries to Contract Specialist Stephanie Watts at stephanie.watts@va.gov or by phone at 601-362-4471.
    J065--GOVERNMENT OWNED SCOPES PMIR - Base 4 OY [605]
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small business contractors to provide repair services for various medical scopes utilized in surgical and endoscopic procedures at the VA Loma Linda Healthcare System in California. The procurement aims to identify capable Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and other small business types that can demonstrate their expertise in servicing a wide range of medical equipment, ensuring timely repairs—minor repairs within 24-72 hours and major repairs within 2-5 days. This opportunity is critical for maintaining healthcare equipment essential for the care of U.S. Veterans, and interested parties must submit their qualifications, including contact information and capability statements, to the Contracting Officer, Norman Napper-Rogers, at Norman.Napper-Rogers@va.gov by the specified deadline.
    6515--36C25925Q0515 Request for Quote on C Arm Imaging Table for Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a C-Arm Imaging Table and associated accessories for the Rocky Mountain Regional VA Medical Center, with a focus on enhancing medical services for veterans. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the Product Service Code 6515 and NAICS Code 339113, emphasizing the importance of supporting veteran-owned enterprises. Interested vendors must submit their quotes via email by June 20, 2025, ensuring compliance with the Buy American Act and other procurement standards, with all submissions evaluated based on technical capability, compliance documentation, and overall value. For further inquiries, vendors can contact Contract Specialist Lynn Lim at lynn.lim@va.gov or by phone at 303-712-5798.
    J065--Steris V-Pro Max Maintenance | Base 4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service contract focused on the preventative and corrective maintenance of Steris V-PRO MAX and Medivator Advantage Plus systems at the Cincinnati VA Medical Center. The contract, valued at $34 million, aims to ensure timely maintenance services, including a four-hour response time for initial contact and 48 hours for on-site service for unscheduled calls, with preventive maintenance required at least annually per manufacturer specifications. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in healthcare settings. Interested contractors should reach out to Contract Specialist Michael E Groneman at Michael.Groneman@va.gov, with the contract period running from June 25, 2025, to June 24, 2026, and options for four additional one-year extensions.
    J065--INTENT TO SOLE SOURCE | PREVENTATIVE MAINTENANCE | GE HEALTHCARE CARESTATION 650 ANESTHESIA DELIVERY SYSTEMS AND VAPORIZERS | WASHINGTON DC VAMC | 688-25-3-078-0111
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for sole source preventative maintenance services for proprietary GE Healthcare Carestation 650 anesthesia delivery systems and their associated vaporizers at the Washington DC Veterans Affairs Medical Center (VAMC). The contractor will be responsible for providing all necessary labor, tools, parts, and materials, ensuring compliance with manufacturer guidelines to maintain equipment efficacy and safety. This initiative underscores the federal commitment to high standards in healthcare equipment maintenance within VA facilities, emphasizing quality assurance and adherence to safety regulations. Interested vendors, particularly service-disabled veteran-owned and other small businesses, must submit their business information and capabilities statement by June 13, 2025, to Patricia Thai at Patricia.Thai@va.gov for consideration.
    J065--Maintenance on Mobile X-Ray DRX Revolution system and LUX 35 DETECTOR
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Mobile X-Ray DRX Revolution system and the LUX 35 Detector at the Cheyenne VA Medical Center in Wyoming. The procurement involves an indefinite delivery indefinite quantity (IDIQ) contract lasting five years, commencing on July 15, 2025, with options extending to July 14, 2030, focusing on both scheduled and unscheduled maintenance performed by qualified imaging equipment specialists to ensure compliance with safety regulations and optimal image quality. This maintenance is crucial for supporting the operational standards of the Veterans Health Administration, ensuring that medical imaging equipment remains functional and reliable for patient care. Interested parties should contact Contract Specialist David Glanton at david.glanton@va.gov or call 303-717-7075 for further details regarding the solicitation.
    Equipment - PM&R Clinical - Injectors | VISN 4 Consolidated Medrad Service and Maintenance | HUB | 503, 542, 562, 595, 646, and 693
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4 (NCO4), is seeking to award a sole source contract for the maintenance and repair of Medrad sterilizer systems and associated equipment at various medical centers within VISN 4, including locations in Pennsylvania and Delaware. The contract, which will be a firm-fixed-price agreement spanning three years, requires the contractor to provide full service and maintenance for critical medical devices, ensuring compliance with manufacturer standards and a 97% uptime guarantee. This procurement is vital for maintaining the operational integrity of medical equipment used in veteran healthcare, reflecting the government's commitment to reliable service. Interested vendors must submit a capability statement by May 29, 2021, to Amanda Lopez at amanda.lopez@va.gov, as this notice is not a request for quotes.
    : Ultrasound Guided Fusion Biopsy System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of an Ultrasound Guided Fusion Biopsy System, specifically the Philips® model, under Request for Proposal (RFP) No. 36C10G25R0024. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the capabilities of medical centers by providing advanced imaging technology for minimally invasive biopsy procedures. Proposals must demonstrate compliance with technical specifications and include firm-fixed pricing for a 12-month base year with four optional years, with submissions due electronically by specified deadlines. Interested vendors should direct inquiries to Alex Beck or Kimberly LeMieux via email for further clarification.
    7E21--PDA Scanners - Sioux Falls VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for PDA scanners to Censis Technologies, Inc., as outlined in a Notice of Intent published in accordance with federal regulations. This procurement is necessary due to the proprietary nature of the equipment, which requires specific parts and software that are only available from the Original Equipment Manufacturer. The contract will be a firm-fixed price, and while no competitive solicitation will be issued, interested vendors may submit their capabilities to the designated contact, Robert Bennett, within seven days of the notice's publication for consideration of competitive procurement. For further inquiries, vendors can reach Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    J065--Karl Storz Comprehensive Service Agreement | New Base+1 | Start: 8/1/25
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is seeking contractors for a comprehensive service agreement for Karl Storz scopes, which includes unlimited repairs and exchanges for 43 flexible video cystoscopes and 3 video uretero-renoscopes over a base year and one option year. The contract requires timely exchanges with a priority turnaround time of 48 hours upon receipt at the vendor facility, as well as on-site emergency responses within one business day, ensuring high-quality medical service delivery. This procurement reflects the VA's commitment to enhancing medical services while adhering to federal regulations and promoting small business participation, with an estimated total award amount of approximately $34 million. Interested parties can contact Contract Specialist Michael E Groneman at Michael.Groneman@va.gov for further details.