J065--NYH Hologic Imaging Systems Service and 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 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. This notice is NOT a request for competitive quotes, but interested parties may submit capability statements. Responses are due by May 8, 2026, at 2:00 PM Eastern Standard Time (EST).
Scope of Work
The requirement is for a full-service agreement covering Hologic imaging equipment, as Hologic Sales and Service, LLC is the original equipment manufacturer (OEM) and sole authorized provider. Services include:
- Authorized/trained service engineers
- Travel, labor, equipment, tools, and materials
- OEM parts and repair services
- Telephone and remote diagnostic support
- Software updates
- Preventative maintenance
Specific equipment includes Hologic 3Dimensions 3D, Affirm Breast Biopsy, Akrus Chair, SecurView DX-1200, Digital CAD, Horizon-W, Horizon-C, Insight-FD, and ATEC Sapphire 100 systems. Services will be performed at the New York Harbor Healthcare System's Manhattan and Brooklyn campuses.
Contract & Timeline
- Contract Type: Intent to Sole Source (Special Notice)
- Intended Source: Hologic Sales and Service, LLC
- Period of Performance: September 15, 2026 - September 14, 2027, with four (4) option years.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance, Size Standard $34 Million).
- Response Due: May 8, 2026, at 2:00 PM EST.
- Published Date: April 28, 2026.
Evaluation
This is an intent to sole source. The VA will consider written responses from responsible sources demonstrating their capability to satisfy the requirements. Only clear and convincing documentation will be considered. The VA will not be responsible for any costs incurred by interested parties in responding to this notice.
Additional Notes
Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award. Responses must be submitted via email only to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov with the subject line "RESPONSE TO INTENT TO SOLE SOURCE – Hologic Service 36C24226Q0569". No telephone inquiries will be accepted.