Opportunity
SAM #36C25626Q0687
Sole Source Medtronic Systems Service and Support for VA Medical Center
Buyer
Vancouver VA Medical Center
Posted
April 21, 2026
Respond By
May 01, 2026
Identifier
36C25626Q0687
NAICS
811210
This opportunity involves the Department of Veterans Affairs seeking a sole source contract with Medtronic USA, Inc. for premium service and support of Medtronic medical systems at the Michael E. DeBakey VA Medical Center in Houston, TX. - Sole source, firm-fixed-price contract to Medtronic USA, Inc. for maintenance and support of VA-owned Medtronic systems - Coverage includes O-arm O2 and S8 with EM Medtronic systems (1 each), with premium support - Services include on-site repairs, preventive maintenance, emergency repairs, telephone support, and all software/hardware updates - All labor, parts, travel, and materials are included; OEM-certified Field Service Engineers required - Contract period: 1-year base with two 1-year option periods - Strict compliance with VA Handbook 6500, safety standards, and Statement of Work requirements - Place of performance: Michael E. DeBakey VA Medical Center, Houston, TX - NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance); PSC: J065 (Medical Equipment Maintenance) - No other OEMs or vendors identified as capable; this is not a competitive solicitation
Description
This is a Special Notice for commercial items prepared in accordance with FAR Subpart 5.2, Synopsis of Proposed Contract Actions. This announcement constitutes the only Notice of Intent (NOI) to Sole Source (SS) and synopsis of proposed action. The Department of Veterans Affairs Michael E. DeBakey VA Medical Center (MEDVAMC) Network Contracting Office (NCO) 16 intends to issue and award a Sole Source single award Firm-Fixed Price type contract delivery order IAW FAR Overhaul Part 12 with a performance period of one (1) year and (2) option years to Medtronic USA, Inc. located at 200 Medtronic Drive, Lafayette, CO 80026 for VA owned Medtronic systems at the MEDVAMC, located at 2002 Holcombe Boulevard, Houston, TX 77030.
It has been determined that through initial Market Research, only 1 (one) company exists for the service and support outlined in the attached Statement of Work (SOW). The contract will be a Firm Fixed Price single award. The statutory authority for this non-competitive acquisition as implemented by FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements .
The North American Industrial Classification System (NAICS) code for this procurement is 811210 Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34M, and the FSC/PSC is J065 Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies. Services to be awarded are shown below.
The contractor shall provide and ensure safe, secure, and careful handling and delivery of results in accordance with established guidelines from the Department of Veterans Affairs Handbook 6500 and drafted statement of work. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. A SOLICITATION WILL NOT BE POSTED. Telephone requests will not be honored. No award will be made based on quotes or offers received in response to this notice. All responsible sources may identify their interest to meet this requirement to Contract Specialist and date identified on page one of this announcement. Additionally, any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the government by providing the following: 1.Business Size and Socio-Economic Status: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a VIP verified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the SBA VetCerts Registry at https://veterans.certify.sba.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the SBA VetCerts Registry. The intent of this notice is for informational purposes only. Interested parties may submit information for consideration by the government to: robert.arabie@va.gov no later than the response due date/time identified above. All responses received by the closing date specified herein will be considered by the Government, any response to this notice must show clear and convincing evidence that the responding company can provide the same services by the required date. However, a determination by the Government to not compete is solely within the discretion of the Government. Thank you.
Additional Links:Department of Veterans Affairs