J065--INTENT TO SOLE SOURCE NOTICE FOR VISN23 Vyaire PFT and Spirometry Equipment Maintenance and Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 23 (NCO 23), intends to award a sole source contract to JAEGER MEDICAL AMERICA, INC. for Vyaire PFT and Spirometry equipment maintenance and support services across VISN 23. This single award IDIQ will cover SentrySuite and Vmax software and hardware support. While this is not a request for competitive quotes, responsible firms believing they can meet the requirements are invited to submit capability statements.
Purpose
The VA NCO 23 intends to award a sole source contract, in accordance with FAR 6.302-1, to JAEGER MEDICAL AMERICA, INC. The objective is to ensure continuous maintenance and support for critical Vyaire PFT and Spirometry equipment within Veterans Health Systems across VISN 23.
Scope of Work
The contract encompasses comprehensive maintenance and support services for Vyaire PFT and Spirometry equipment located in VISN 23 (Iowa, Minnesota, North Dakota, Nebraska, South Dakota). Key services include:
- Software Management: Direct phone support, priority response, maintenance of SentrySuiteTM/VmaxTM software, proactive notification of updates, software upgrades, and training for 88 devices (Vyaire PFTS, PC, spirometry systems, desktops, laptops).
- Hardware Support: Priority phone/remote support, parts coverage (including 02 cell, system components, computer, monitor, printer), next-day shipping for urgent parts, on-site service by Jaeger certified engineers, 3L syringe recertification, on-site calls within 3 business days, and detailed service reports for 4 specific Vyntus Body devices.
- Contract Flexibility: The Government may add new items within the scope via contract modification, with the contractor providing proposals for added items upon request.
Contract Details
- Type: Single award maintenance services IDIQ.
- Period of Performance: The contract period for the listed equipment is from July 1, 2025, to June 30, 2026.
- NAICS Code: 811210 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies).
Set-Aside
This is an Intent to Sole Source notice, indicating the government's plan to award without full competition based on FAR 6.302-1.
Submission Requirements (for interested firms)
- This notice is NOT a request for competitive quotes.
- Firms that believe they can meet the requirements may submit written notification and capability statements.
- Submissions must indicate if the firm is a direct supplier of the items.
- Supporting evidence must demonstrate the ability to perform, including relevant corporate experience, applicable contract numbers, total contract dollar amounts, contract period of performance, details of relevant services, and customer points of contact (with telephone number and email address).
- Responses must include: Company Name, SAM UEI number, Company's address, Point of Contact information (title, phone number, email address), and Business size.
- The Government will evaluate responses but retains sole discretion on whether to compete the proposed procurement.
Response Deadline
April 30, 2026, at 10:00 AM CDT.
Submission Method
Via email to Joshua.Imdacha@VA.gov.
Contact Information
Joshua I Imdacha, Senior Contracting Officer, Joshua.Imdacha@VA.gov, 319-339-7017.