Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOURCES SOUGHT

J -- Intent to Sole Source Notice Siemens Radiology Solutions HTME PM Montana

Notice Date
9/16/2025 3:46:38 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0807
 
Response Due
9/24/2025 12:00:00 PM
 
Archive Date
10/24/2025
 
Point of Contact
Jason Lawrence, Contract Specialist, Phone: 000-000-0000
 
E-Mail Address
jason.lawrence3@va.gov
(jason.lawrence3@va.gov)
 
Awardee
null
 
Description
In accordance with FAR 13.106-1(b), this Notice of Intent is to inform all parties the Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 South Willow Drive Suite 300, Greenwood Village, CO 80111 intends to award a sole source procurement for the following requirement to the small business manufacturer, SIEMENS MEDICAL SOLUTIONS USA, INC., located at 40 LIBERTY BLVD, MALVERN, PA 19355: Item # Description/Part Number* Qty 0001 Siemens Acuson Sequoia Function Location: 400-788692 1 0002 SIEMENS SYMBIA EVO EXCEL SN:1290, Functional Location: 400-599274 1 0003 Siemens Acuson Sequoia Function Location: 400-839445 � 1 0004 Siemens Acuson Sequoia Function Location: 400-805015 1 0005 Siemens Acuson Sequoia Function Location: 400-841605 1 0006 Siemens Turner C-Arm EE# 57934, Site ID 400-870684 Billings MT surgery 1 0007 Siemens Turner C-Arm EE# 57924, Site ID 400-870683 Helena / Ft. Harrison Montana surgery 1 0008 Siemens CIOS Flow Function location 400-884631 Billings MT 1 Siemens Medical will perform preventive maintenance, repairs and updates on seven machines under manufacturer warranty. This activity proposes to issue sole source delivery orders against an Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPE2D1-17-D-0023 awarded to Siemens for the purchase of annual service maintenance to existing equipment located at individual VHA medical facilities. RESPONSE CONSIDERATIONS This Notice of Intent to Sole Source is not a Request for Quotes (RFQ). The VA is not accepting proposals; rather, the VA is publicly publishing its intent to sole source. Responses that seek to offer replacement solutions will not change the VA s intention. The VA is not seeking to replace the current Siemens contract SPE2D1-17-D-0023. Respondents who make claims of capability, without supporting evidence, will not be considered. It is not enough to simply claim capability. Any response must counter all five points of supporting rationale. SUPPORTING RATIONALE Under the auspices of the VA-DLA Joint Radiology Imaging Systems Program IDIQ initial delivery orders for new radiology and imaging system requirements are competed amongst the IDIQ holders, and all HTME requirements include a warranty with the requirement purchase. Previously, a determination had been made that this requirement meets the exception at FAR 16.505(b)(2)(i)(B). Only one source can provide the required supplies and services. All awardees were given fair opportunity to be considered for the original order. Service maintenance agreement is required to cover the lifecycle of the equipment purchase. Because the requirements are already purchased and have not exhausted their lifecycle, purchasing the service maintenance in support of the equipment after post warranty ensures the equipment is compliant with VHA technology standards and policies. The contractor s Radiology & Imaging Systems are proprietary; therefore, any follow-on maintenance should be performed directly by the original equipment manufacturer (OEM) and not outsourced to a third party to maintain the integrity of the equipment and to avoid servicers not familiar with the products causing damage to the equipment. If damage is caused by a third party in the course of repairs, then the Government could be held liable for additional costs associated with repairs performed by the OEM after damage has occurred. As such, the work can only be completed by one source, which is the OEM of the equipment. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Interested parties may identify their interest and capability to respond to this requirement no later than 1:00pm Mountain Standard Time, Wednesday, September 24, 2025. Information received in response to this notice must clearly demonstrate the capability of meeting the Government s need as stated above. Include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming the ability to supply the products and/or any services outlined in this notice. Responses to this notice are to be sent to jason.lawrence3@va.gov. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government is not responsible for any potential costs incurred from interested parties desiring to respond to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4cc60e07357a4006882566a699f30a5a/view)
 
Place of Performance
Address: Fort Harrison, Missoula, Billings
 
Record
SN07593401-F 20250918/250916230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.