J066--Farapulse System Service and PM
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 16, intends to negotiate a sole source Firm-Fixed Price contract for Services and Preventive Maintenance for the Farapulse Ablation System at the Michael E. DeBakey VA Medical Center in Houston, TX. The intended awardee is Boston Scientific Corp. This is a Special Notice and not a request for competitive offers.
Scope of Work
The contract requires premium support for specific FARAPULSE System serial numbers, including:
- Annual on-site preventive maintenance visits, thorough inspections, and performance tests.
- Provision of all labor, parts (new OEM only), materials, and travel expenses.
- Maintaining the system at optimal performance, including necessary upgrades and updates.
- Unscheduled (emergency) repair services with a 24-hour phone response and 2-day on-site commencement if not resolved remotely.
- Scheduled maintenance (cleaning, calibration, lubrication, remedial maintenance).
- Software upgrades and updates.
Performance will occur at the Michael E. DeBakey Medical Center, 200 Holcombe Blvd, Houston, TX 77030, during normal business hours (M-F, 8:00 a.m. to 5:00 p.m., excluding Federal Holidays).
Contract Details
- Contract Type: Firm-Fixed Price (Sole Source)
- Anticipated Award Date: March 31, 2026
- Intended Vendor: Boston Scientific Corp., Marlborough, Massachusetts
- NAICS Code: 423450 (Medical Equipment and Supplies Merchant Wholesalers)
- Size Standard: Large Business (500 employees)
- Set-Aside: None specified (sole source justification)
Justification & Response Requirements
The sole source justification is based on market research indicating these services are highly specialized and only available from the original source (Boston Scientific Corp.) without unacceptable delay or duplication of cost. This notice is not a solicitation.
Interested parties capable of fulfilling this requirement must submit evidence of their capabilities by February 2, 2026, at 15:00 PM Central Standard Time. Responses should include:
- Proof of being an Original Equipment Manufacturer (OEM), OEM authorized dealer, authorized distributor, or authorized service provider (e.g., authorization letter from OEM).
- Documentation detailing the prospective contractor's capabilities and experience.
Submissions must be sent via email to Frank Sanders (frank.sanders1@va.gov) with the subject line: "RESPONSE TO INTENT TO SOLE SOURCE 36C25626Q0336". The Government will not be responsible for any costs incurred by respondents. A determination to compete this requirement is solely at the Government's discretion. Prospective contractors must be registered in SAM.
Contact Information
- Contract Specialist: Frank Sanders
- Email: frank.sanders1@va.gov
- Phone: (713) 791-1414 x 25729