J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
ID: 36C24426Q0006Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, 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 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.

    Point(s) of Contact
    Matthew WrightContract Specialist
    (717) 673-3842
    matthew.wright6@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice for its intent to award a sole source, firm-fixed-price contract to Nanosonics Inc. This contract, identified under Solicitation Number 36C24426Q0006, is for a base year with four option years for a Nanosonics New Full Service Contract. The notice, published in accordance with FAR 5.101, advises the public of this procurement action by the VA Regional Procurement Office East (RPOE), Network Contracting Office 4 (NCO 4). The contracting office is located in Pittsburgh, PA, with a response date of October 1, 2026. Matthew Wright is the point of contact for this action.
    The Department of Veterans Affairs (VA) Regional Procurement Office East (RPOE) intends to award a sole source firm fixed price contract to Nanosonics Inc. for preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. These systems are critical for high-level disinfection of ultrasound probes. The contract includes a base year and four option years, with services covering corrective and preventative maintenance, 24/7 technical support, and OEM parts. This notice is not a request for competitive quotes, but interested firms may submit capability statements by October 1, 2025. The NAICS code for this procurement is 811210 with a size standard of $34 Million. The contractor must meet specific experience, personnel, and compliance requirements, including OSHA, HIPAA, and VA regulations, as well as an influenza prevention program.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Intent to Sole Source: Olympus OER Elite Preventative and Corrective Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Olympus America Inc. for preventative and corrective maintenance services on Olympus OER-ELITE Endoscope Reprocessors located at the Bay Pines VA Health Care System and the Lee County VA Clinic in Florida. The contractor will be responsible for providing all necessary labor, materials, and supervision to ensure the operational efficiency of the equipment, which is critical for medical procedures. This procurement is based on the unique capabilities of Olympus America Inc. to meet the specific needs of the VA, and interested parties must submit their qualifications by 1:00 PM EST on January 9, 2026, to the primary contact, Moneque L Rodriguez, at Moneque.Rodriguez@va.gov. This opportunity is not a request for competitive quotes, and the government will not pay for any information or administrative costs incurred in response to this notice.
    Steris Sterilizer Equipment Maintenance and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive maintenance and repair services for Steris sterilizer equipment at the Puget Sound VA Health Care System in Seattle, Washington. The contractor will be responsible for on-site, full-service maintenance, which includes all OEM parts, labor, materials, tools, and documentation, as outlined in the Statement of Work. This contract is crucial for ensuring the operational efficiency and reliability of sterilization equipment, which is vital for patient care and safety in healthcare settings. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional one-year option periods, and interested parties should contact Maureen Sundstrom at maureen.sundstrom@va.gov for further details.
    J065--Intellispace Essential Software Maintenance Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source contract to Philips North America LLC for an IntelliSpace Essential Software Maintenance Agreement. This procurement is justified under Simplified Acquisition Procedures and FAR 6.302-1, indicating that only Philips can fulfill the agency's specific requirements for electronic and precision equipment repair and maintenance. The software maintenance agreement is crucial for ensuring the operational efficiency and reliability of medical equipment used by the agency. Interested parties who believe they can meet the requirements must submit a capability statement to Chad Kemper at chad.kemper@va.gov by 2 PM EST on December 26, 2025, as this is not a solicitation for offers.
    J065--**NOTICE OF INTENT TO SOLE SOURCE*** Service Maintenance for ARxIUM Optifill II and FastPak Elite Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source contract with ARxIUM, Inc. to provide comprehensive service maintenance and technical support for the Optifill II and FastPak Elite 336 equipment located at the Acute Care Clinic on the Tripler Army Medical Center campus in Honolulu, Hawaii. The contract will ensure 24/7 technical support and service maintenance, including preventive maintenance visits, hardware replacement, and remote diagnostics, with a base period of six months starting January 1, 2026, and an option for a six-month extension. This equipment is critical for the efficient operation of the VA Pacific Health Care System, emphasizing the importance of reliable maintenance services. Interested parties can contact Brandy P. Gastinell at Brandy.Gastinell@va.gov for further information regarding this opportunity.
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    Stryker Neptune Service and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    Instrument Tracking System National Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for the CensiTrac Sterile Processing Services (SPS) Instrument Tracking System (ITS). This procurement aims to standardize instrument tracking across all VA medical facilities, ensuring improved tracking, cleaning, sterilization processing, and distribution of Reusable Medical Equipment (RME) within the VA system. CensiTrac is already integrated with the Federal Electronic Health Records (FEHR) system and is currently deployed in all 186 Veterans Health Agency facilities, making it critical for maintaining operational efficiency and patient care. Interested parties believing they can meet the requirements must submit written notification and supporting evidence by January 2, 2025, at 10:00 AM Central Time, to the primary contact, Nicholas Fry, at nicholas.fry2@va.gov.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.