SPECIAL NOTICE
J -- PM&R - Support Services | Bladder Scanner Service - Verathon, Inc. | Base plus four option years - start 4/1 | 595-26-3-082-0009
- Notice Date
- 3/3/2026 11:19:35 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24426Q0141
- Response Due
- 3/13/2026 7:00:00 AM
- Archive Date
- 04/12/2026
- Point of Contact
- Sarah Kloecker, Contract Specialist, Phone: 814-738-3466
- E-Mail Address
-
sarah.kloecker@va.gov
(sarah.kloecker@va.gov)
- Awardee
- null
- Description
- Special Notice Special Notice Page 3 of 3 Special Notice *= Required Field Special Notice Page 1 of 3 INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 4 (NCO4) intends to award sole source base plus four-year contract with Verathon INC. for Preventative Maintenance of various versions of the Verathon bladder scanners equipment at the Lebanon VA Medical Center. The objective of this sole source award is for a firm fixed price contract with Verathon Inc., 20001 NORTH CREEK PKWY Bothwell, WA 98011, UEI DHP9NEFM9H29. This sole source determination is in accordance with FAR 12.102(a) and FAR 6.103-1 Soliciting from a Single Source. The North American Industry Classification System (NAICS) code for this procurement is: 811210, Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration (SBA) size standard is: $34 Million. The PSC code is: J065, Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies. This notice of intent to sole source is not a request for quotes. Interested vendors that can provide this requested service must respond no later than 3/13/2026 by 10:00 PM EST. Interested vendors must send a capability statement, no more than one page in length; to include Company Name, Duns Number, Socioeconomic Category, brief description of your business entities capability to provide these services. All information shall be provided at no cost or obligation to the Government. Responses must be sent via email to the Contract Specialist, Sarah Kloecker, E-mail: sarah.kloecker@va.gov. Facsimile or telephonic responses will not be accepted. Please include in the email Subject Line: 36C24426Q0141 PM Services Bladder Scanner - Lebanon. Simply responding as an interested party does not constitute your company as a source. Offeror must provide the above requested information. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. STATEMENT OF WORK Bladder Scanner Service A. Background: The Lebanon VA Medical Center (LVAMC) has a requirement for a full-service and support contract for government-owned Verathon Bladder Scanners which are used throughout the facility. The contract shall include support and repair services for the bladder scanning equipment, as well as access to Scan Point to allow for required equipment calibration. A full listing of devices to be covered as part of this agreement can be found in Schedule A Equipment List. B. Requirements: Services for support, repair, and maintenance shall be in accordance with the following specifications: 1. Remedial Services and Emergency Repairs: 1.1 Vendor shall provide unscheduled remedial services and emergency repairs, only when directed by the Contracting Officer, Contracting Officer s Representative (COR) or Biomedical Engineering representative to proceed. These services will be reimbursed based on a firm-fixed price hourly labor rate, in addition to the actual cost for materials and parts. 1.2 The Biomedical Engineering representative or COR will contact the vendor to request an estimate for remedial service or emergency repairs when equipment is operating with diminished capability or is deemed by Biomedical Engineering to be inoperable. 1.3 FSR shall acknowledge receipt of a service call for remedial services and emergency repairs within four hours and shall arrive on the premises to inspect equipment within 24 hours. 1.4 A detailed written cost estimate for all required remedial services and repairs shall be submitted to the Biomedical Engineering representative, or to the COR, prior conducting any service or repair work. The estimate shall include an itemization of labor hours and the actual cost for repair parts. Repair work shall only commence after written authorization is received from the Contracting Officer, COR or Biomedical Engineering representative. 1.5 Vendor shall order replacement parts within 24 hours after receiving notification to proceed. 1.6 Vendor shall provide, upon request, suitable loaner equipment to replace contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the FSR or loaned to LVAMC by the vendor shall be calibrated and safety tested by the FSR before being placed into service. FSR shall not deviate from this protocol without the prior approval of the Biomedical Engineering representative or COR. 2. General Responsibilities: 2.1 Agreement shall include access to the Scan Point online service to allow for LVAMC Biomedical Engineering to perform the required calibration of equipment 2.2 Written field service reports shall be provided to a representative of Biomedical Engineering within five business days after completion of any preventive maintenance, remedial service, and emergency repair. Failure to provide Biomedical Engineering with the field service report will result in non-payment of invoices submitted for service. 2.3 Vendor has the option of providing a scheduled preventive maintenance service at the same time as a remedial service or emergency repair call, with the prior approval of the Biomedical Engineering representative. 2.4 All replacement parts shall be new and warrantied by the Original Equipment Manufacturer (OEM). After-market, used, or rebuilt parts will not be accepted. 2.5 Biomedical equipment listed in Schedule A may fluctuate during the performance of this agreement due to situations such as the purchase of new equipment, expiration manufacturer s new equipment warranty, equipment upgrades, replacement, or removal of unsafe equipment from use. Any changes to biomedical equipment in Schedule A will be incorporated into the agreement via a bilateral modification. 3. Qualifications: 3.1 All work shall be completed by fully qualified field service representatives and technicians. Fully qualified is based upon training and experience and is defined as follows: Training - Field service representatives and technicians shall have completed a formalized training program within the last two (2) years and be authorized by the Original Equipment Manufacturer (OEM) to perform repair services on equipment covered under this agreement. Field service representatives and technicians shall complete refresher training on an annual basis. Experience - Field service representatives and technicians shall have a minimum of two (2) years of experience providing preventive maintenance, remedial repairs, and emergency repairs on the equipment covered in this agreement. 3.2 Factory certified training certificates and competencies for all field service representatives and technicians assigned to complete service and repairs of the specified equipment shall be provided in accordance with Joint Commission Standards. Certificates and competencies shall be submitted to Biomedical Engineering within 30 days from the date of contract award. Failure to provide the required documentation will result in non-payment of invoices for service. 3.3 Subcontractors shall not be used in the performance of this service, unless authorized and approved in advance by the COR. C. Performance Period: The government is requesting one (1) base year of 12 months, and four (4) 12-month option years. The period of performance reads as follows: Base Year: April 1, 2026 - March 31, 2027. Option Year 1: April 1, 2026 - March 31, 2028 Option Year 2: April 1, 2028 - March 31, 2029 Option Year 3: April 1, 2029 - March 31, 2030 Option Year 4: April 1, 2030 - March 31, 2031 Schedule A Equipment List Product Name Product Code Serial Number BVI 6x00 Multiple Extended Monthly Warranty 0003-0260 ST313275 BVI 6x00 Multiple Extended Monthly Warranty 0003-0260 SV320394 BVI 6x00 Multiple Extended Monthly Warranty 0003-0260 ST310757 Prime - per month Premium Ext. Warranty 0003-1179 C1525414/P1534003 Prime - per month Premium Ext. Warranty 0003-1179 C1525608/P1534175 Prime - per month Premium Ext. Warranty 0003-1179 C1501940/P1501541 Prime - per month Premium Ext. Warranty 0003-1179 C1501941/P1506300 Prime - per month Premium Ext. Warranty 0003-1179 C1501942/P1506301 Prime - per month Premium Ext. Warranty 0003-1179 C1519034/P1521308 Prime - per month Premium Ext. Warranty 0003-1179 C1519037/P1521310 Prime - per month Premium Ext. Warranty 0003-1179 C1519033/P1521294 Prime - per month Premium Ext. Warranty 0003-1179 C1519038/P1521311 Prime - per month Premium Ext. Warranty 0003-1179 C1519039/P1521313 Prime - per month Premium Ext. Warranty 0003-1179 C1519041/P1521314 Prime - per month Premium Ext. Warranty 0003-1179 C1502393/P1506750 Prime - per month Premium Ext. Warranty 0003-1179 C1508632/P1512612 Prime - per month Premium Ext. Warranty 0003-1179 C1508633/P1512613 Prime - per month Premium Ext. Warranty 0003-1179 C1525609/P1534176 Prime - per month Premium Ext. Warranty 0003-1179 C1524326/P1532879 Prime - per month Premium Ext. Warranty 0003-1179 C1524327/P1532880 Prime - per month Premium Ext. Warranty 0003-1179 C1520562/P1529102 Prime - per month Premium Ext. Warranty 0003-1179 C1524330/P1532881 Prime - per month Premium Ext. Warranty 0003-1179 C1525401/P1533993 Prime - per month Premium Ext. Warranty 0003-1179 C1501943/P1506302 Prime - per month Premium Ext. Warranty 0003-1179 C1501944/P1506303 Prime - per month Premium Ext. Warranty 0003-1179 C1501945/P1506304 Prime - per month Premium Ext. Warranty 0003-1179 C1501946/P1506305 Prime - per month Premium Ext. Warranty 0003-1179 C1501830/P1506196 Prime - per month Premium Ext. Warranty 0003-1179 C1501937/P1506296 Prime - per month Premium Ext. Warranty 0003-1179 C1501938/P1506297 Prime - per month Premium Ext. Warranty 0003-1179 C1501939/P1506298 Prime - per month Premium Ext. Warranty 0003-1179 C1509069/P1513141 Prime - per month Premium Ext. Warranty 0003-1179 C1510718/P1514795 Prime - per month Premium Ext. Warranty 0003-1179 C1519032/P1521289 End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8bb6f415137c41a79c4021d2e4765d10/view)
- Record
- SN07732144-F 20260305/260303230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |