6515--Notice of Intent to Sole Source
ID: 36C24224Q0973Type: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Abbott for a middleware solution aimed at enhancing point of care (POC) testing connectivity within its Upstate Medical Centers. This procurement seeks to acquire equipment that is compatible with existing i-STAT devices and server systems, which are critical for effective medical testing and data management. The decision to proceed with Abbott stems from market research indicating that other competitors, such as Roche and Siemens, cannot provide the necessary interoperability with the VA-owned i-STAT systems. Interested parties may submit capability statements by September 10, 2024, to Lindsay Goldsmith, Contracting Officer, at lindsay.goldsmith@va.gov. The VA emphasizes that gray market items are prohibited, ensuring that all procured items meet quality and reliability standards.

    Point(s) of Contact
    Lindsay GoldsmithContracting Officer
    (518) 626-7194
    lindsay.goldsmith@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Special Notice regarding an intent to award a sole-source contract to Abbott for a middleware solution to enhance point of care (POC) testing connectivity. This contract, identified under Solicitation Number 36C24224Q0973, aims to procure equipment that is compatible with the existing i-STAT devices and server systems currently used in the VA's Upstate Medical Centers. Abbott was chosen as the only viable contractor after market research indicated that competing firms, such as Roche and Siemens, could not provide the necessary interoperability with the VA-owned i-STAT systems. The notice clarifies that this procurement is not a request for quotes; however, other responsible sources may submit capability statements by the response deadline of September 10, 2024. Furthermore, VA prohibits the use of gray market items in its Medical Centers, emphasizing the importance of procuring from original equipment manufacturers to ensure quality and reliability. This notice fulfills the public posting requirements as stipulated in federal procurement guidelines.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    6550--Notice of Intent to Sole Source - Minneapolis VA Medical Center - FDA-Approved CEDIA and DRI Drugs of Abuse Reagents, Calibrators, and Controls for Assays used with Beckman AU480 Analyzers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Microgenics Corporation for the procurement of FDA-approved CEDIA and DRI Drugs of Abuse reagents, calibrators, and controls specifically for use with Beckman AU480 analyzers at the Minneapolis VA Medical Center. This contract is critical as the Minneapolis VA's Toxicology Laboratory serves as the exclusive national provider for Federal Workplace Urine Drugs of Abuse Testing among VA Hospitals, necessitating compliance with HHS SAMHSA certification through the use of specific FDA-approved products. Interested vendors are invited to submit capability statements by September 18, 2024, to demonstrate their ability to meet the requirements, with all submissions directed to Contract Specialist Alisha Milander at Alisha.Milander@va.gov. The contract is set to commence on October 1, 2024, and will include multiple option years to support ongoing operational needs.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.
    Chemistry and Immunochemistry
    Active
    Veterans Affairs, Department Of
    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking Chemistry and Immunochemistry services. This procurement is typically used for analytical laboratory testing and research. The contract will be awarded to ABBOTT LABORATORIES on October 1, 2024, and will be in effect until September 30, 2029. The place of performance is Montgomery, Alabama, United States. The contract is a firm-fixed price sole source requirement. For more information, please contact Derrell D Calhoun at Derrell.Calhoun@va.gov or 4782721210.
    J065--INTENT TO SOLE SOURCE GE Sitelink & Carescape Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Trillamed for support services related to the GE Carescape Infrastructure at multiple VA medical facilities across Wisconsin and Illinois. The contractor will be responsible for providing all necessary labor, travel, expenses, and parts required for the maintenance and support of this infrastructure, which is critical for the operation of medical equipment in these facilities. This procurement is conducted under the authority of 41 U.S.C. 1901, allowing for simplified acquisition procedures when only one responsible source can meet the agency's needs. Interested firms may submit their capability statements and customer references by 9:00 AM Central Time on September 17, 2024, via email to Lori Eastmead at lori.eastmead@va.gov, as no competitive quotes will be solicited and phone inquiries will not be accepted.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    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--VISN 1 B 3 Zoll Defib-AED BPA: Mod Intent to Single Source Clarification: SDVOSB Single Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically VISN 1, intends to establish a four-year Blanket Purchase Agreement (BPA) for Zoll brand Defibrillators and Automated External Defibrillators (AEDs) with After Action Medical and Dental Supply, LLC, the sole authorized distributor for these products. This procurement aims to replace approximately 145 aging Zoll defibrillators and acquire around 375 new Zoll AEDs, ensuring compatibility with existing equipment and maintaining high-quality emergent care across VISN 1 medical facilities. The decision to single source this contract is supported by extensive market research indicating Zoll devices as the preferred choice among medical institutions, critical for effective emergency response and patient care. Interested parties can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or 802-295-9363 for further details, with the anticipated performance period running from September 20, 2024, to September 19, 2028.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    6515--Ankle-Brachial Index (ABI) test
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified businesses to provide Ankle-Brachial Index (ABI) test equipment for the Durham Veterans Affairs Medical Center. The procurement aims to replace outdated ABI testing equipment with a new physiologic vascular testing system that includes advanced features such as simultaneous multi-site blood pressure measurements, network compatibility, and automatic inflation capabilities. This upgrade is crucial for enhancing vascular assessment capabilities and ensuring high-quality patient care. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), must submit their responses by September 18, 2024, and are reminded to register in the System for Award Management (SAM) database prior to contract awards. For inquiries, contact Contract Specialist LaToya Glover at LaToya.Glover2@va.gov or by phone at 910-488-2120 x-5823.