Opportunity

SAM #36C24226Q0569

Sole Source Service and Maintenance for Hologic Imaging Systems at VA New York Harbor Healthcare System

Buyer

VA Network Contract Office 02

Posted

April 28, 2026

Respond By

May 08, 2026

Identifier

36C24226Q0569

NAICS

811210

This opportunity involves a sole source contract for maintenance and repair of Hologic imaging equipment at the VA New York Harbor Healthcare System. - The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Hologic Sales and Service, LLC. - The contract covers preventative maintenance, repair, OEM parts, software updates, and remote diagnostic support for Hologic imaging systems. - Equipment covered includes: Hologic 3Dimensions 3D, Affirm Breast Biopsy, Akrus Chair, SecurView DX-1200, Digital CAD with 1st License, Horizon-W, Horizon-C, Insight-FD, and ATEC Sapphire 100. - Only Hologic, as the original equipment manufacturer (OEM), is authorized to provide these services; no third-party vendors are permitted for this work. - The period of performance is one year (September 15, 2026 – September 14, 2027) with four option years for renewal. - Services include labor, travel, equipment, tools, materials, OEM parts, repair, telephone and remote diagnostic support, and software updates. - Place of performance is the New York Harbor Healthcare System's Manhattan and Brooklyn campuses. - The NAICS code is 811210 (Electronic and Precision Equipment Repair and Maintenance). - Interested parties may express interest by May 8, 2026, but this is not a request for competitive quotes.

Description

Page 3 of 3 Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Hologic Sales and Service, LLC for preventative maintenance and repair services for Hologic imaging equipment. Period of performance: 09/15/2026 - 09/14/2027 with a provision of four (4) option years. Basic description of the requirement: Hologic Sales and Service, LLC (Hologic) is the original equipment manufacturer (OEM) and is the sole authorized licenser of equipment/software and provider of maintenance and support. Hologic will provide a full-service agreement to include: authorized/trained service engineers, travel, labor, equipment, tools and materials, OEM parts, repair services, telephone and remote diagnostic support, and software updates to the hardware and software in place as required, and preventative maintenance. Manufacturer Make/Model Hologic 3Dimensions 3D Hologic Affirm Breast Biopsy Hologic Akrus Chair Hologic SecurView DX-1200 Hologic Digital CAD with 1st License Hologic Horizon-W Hologic 3Dimensions 3D System Hologic Affirm Breast Biopsy System Hologic Akrus Chair Hologic SecurView DX-1200 Hologic Digital CAD with 1st License Hologic Horizon-C Hologic Insight-FD Hologic ATEC Sapphire 100 Place of Performance: New York Harbor Healthcare System Manhattan campus 423 E 23 Street New York, NY 10010 New York Harbor Healthcare System Brooklyn campus 800 Poly Place Brooklyn, NY 11209 The NAICS code for this requirement is 811210 Electronic and Precision Equipment Repair and Maintenance (Size Standard $34 Million). Intended Source: Hologic Sales and Service, LLC 250 Campus Drive Marlborough, MA 01752 THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement by May 8, 2026 at 2:00PM Eastern Standard Time (EST). The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses from responsible sources will be considered. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE Hologic Service 36C24226Q0569 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist, Lynn Krakowiak at Lynn.Krakowiak@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. No telephone inquiries shall be accepted. Additional Links:Department of Veterans Affairs

View original listing