J065--Lumenis Surgical Lasers Service Maintenance
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 Veterans Health Administration, Network Contracting Office 02 intends to solicit from a single source for comprehensive maintenance services for its Lumenis Selecta Duet and Ultrapulse Encore surgical lasers. This is a Notice of Intent to Sole Source to Lumenis Be, Inc., but interested parties may identify their capability to respond. Responses are due February 3, 2026.
Scope of Work
The requirement is for a full-service contract including:
- Maintenance and inspection
- Unlimited service calls
- Expedited shipping and premium scheduling
- Repairs, including labor, travel, OEM parts, one laser tube, handpieces, and/or laser cavity per year. The services are for one Lumenis Ultrapulse Encore Laser and one Lumenis Selecta Duet Laser, to be performed at the NY Harbor Healthcare System (NYHHCS).
Contract & Timeline
- Type: Notice of Intent to Sole Source (IAW FAR 13.106(b))
- Period of Performance: Anticipated April 1, 2026 – March 31, 2027, with four (4) option years.
- Place of Performance: NY Harbor Healthcare System (NYHHCS), Manhattan campus, 423 E 23rd St, New York, NY 10010.
- NAICS Code: 811210 Electronic and Precision Equipment Repair and Maintenance (Size Standard $34.0 Million).
- Intended Source: Lumenis Be, Inc.
- Response Due: February 3, 2026, at 2:00 PM Eastern Standard Time (EST).
- Published: January 29, 2026.
Submission & Eligibility
This notice is NOT a request for competitive quotes. However, interested parties capable of providing these services must submit clear and convincing documentation demonstrating their capabilities. Responses should be sent via email only to Lynn.Krakowiak@va.gov with "RESPONSE TO INTENT TO SOLE SOURCE – 36C24226Q0316" in the subject line. Prospective contractors must be registered in the System for Award Management (SAM). The Department of Veterans Affairs will not be responsible for any costs incurred by respondents.
Contact Information
Contract Specialist: Lynn Krakowiak (Lynn.Krakowiak@va.gov)