6525--Aida Bella with Smart Screen - MPLS
ID: 36C26325Q1074Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to L1 Enterprises, Inc. for the procurement of proprietary medical imaging equipment, specifically the Aida Bella with Smart Screen. This contract is justified under Federal Acquisition Regulation (FAR) 13.106-1(b), which permits sole-source awards when only one responsible source can fulfill the agency's requirements, as the equipment is provided by the Original Equipment Manufacturer and no third-party vendors are authorized for installation. Interested vendors who believe they can meet the specified requirements are invited to submit capability statements to Robert Bennett at robert.bennett8@va.gov within seven calendar days of the notice's publication, although the government retains discretion on whether to proceed with a competitive procurement based on these submissions.

    Point(s) of Contact
    Robert BennettContract Specialist
    (319) 339-7079
    robert.bennett8@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 23, has issued a Special Notice to announce its intent to award a sole-source, firm-fixed-price contract to L1 Enterprises, Inc. This action is justified under Federal Acquisition Regulation (FAR) 13.106-1(b), which allows for sole-source awards when only one responsible source can satisfy agency requirements. The contract is for proprietary equipment provided by the Original Equipment Manufacturer, which supplies approved parts and software, and no third-party vendors are authorized for installation. The NAICS code for this requirement is 334510 and the product service code is 6525. While not a request for competitive quotes, interested vendors who believe they can meet the requirement are invited to submit capability statements within seven calendar days of the notice's publication. The government retains discretion on whether to proceed with a competitive procurement based on these submissions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Notice of Intent to Sole Source GE Optima 660 CAT Scan System Service and Support
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 21, intends to award a sole source contract to GE Healthcare for the service and support of the GE Optima 660 CAT Scan System at the VA Sierra Nevada Health Care System in Reno, NV. The contract will encompass maintenance services, including preventive maintenance, calibration, and repair, with specific requirements such as a one-year contract period, adherence to manufacturer schedules, and rapid response times for service calls. This procurement is critical for ensuring the operational efficiency and reliability of medical imaging equipment essential for patient care. Interested parties must submit compelling evidence of their capability to provide competitive services by December 10, 2025, and direct all inquiries to Contract Specialist Michael Alston at michael.alston@va.gov.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    6515--Zeiss Pentero 800 S Microscope INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, intends to sole source the procurement of a Zeiss Pentero 800 S Microscope for the C.W. Bill Young Veterans Medical Center located in Bay Pines, Florida. This procurement includes one PENTERO 800 S Spine Comfort Package Microscope and necessary accessories, as the current microscope utilized by the Spine and Urology departments has reached its end-of-life and is malfunctioning, posing potential safety risks during procedures. The Pentero 800S offers significant enhancements, including 60% more magnification and 50% higher resolution, which are crucial for surgical precision, along with ergonomic features designed to reduce surgeon fatigue and improve overall efficiency. Interested parties should note that the response deadline for this notice is December 11, 2025, at 14:00 Eastern Time, and can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or by phone at 813-972-2000 Ext 2819 for further inquiries.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    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.
    J065--Intent to Sole Source Digital Signage Players and Displays P&MR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to AVI Systems, Inc. for digital signage players and displays. This procurement aims to renew an expired maintenance contract for Haivision Electronic CoolSign Preventive Maintenance services, which are crucial for directory and informational signage across the Veteran Affairs San Diego Health Care Services (VASDHCS) campuses. The decision to sole source is based on the need for continuity of services and the utilization of existing equipment, with the contract structured as a Base Plus Four Option Year agreement. Interested parties must demonstrate past performance experience and be authorized distributors of the Haivision equipment, with all inquiries and capability statements due by 12:00 PM Pacific Time on December 12, 2025, directed to Charity Cazee at Charity.Cazee@va.gov.