SPECIAL NOTICE
J -- Notice of Intent to Sole Source Canon CT Service
- Notice Date
- 10/6/2025 4:06:22 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0016
- Response Due
- 10/15/2025 12:00:00 PM
- Archive Date
- 11/14/2025
- 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, CANON MEDICAL SYSTEMS USA, INC., located at 2441 MICHELLE DR, TUSTIN, CA 92780: Item # Description/Part Number* Qty 0001 CANON Prime CT scanner, SN: 8LA2222196 1 Canon Medical Systems will perform annual service maintenance to existing equipment under manufacturer warranty. This activity proposes to issue sole source delivery orders against an Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPE2D1-17-D-0022 awarded to Canon Medical Systems 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 of the Canon contract will not change the VA s intention. The VA is not seeking to replace the current Canon contract SPE2D1-17-D-0022. 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 This Sole Source Service Maintenance Agreement (SMA) orders covers (but not limited to) the following high tech medical equipment (HTME): Computed Tomography (CT) scanners, Magnetic Resonance Imaging (MRI) systems, radiographic systems (X-Ray), nuclear medicine, ultrasounds, computed radiography, magnetoencephalography, Positron Emission Tomography (PET)-CT, PET-MR scanners, cyclotrons, angiography, cardiac catheterization, and mammography systems, etc. 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 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. Canon Medical Systems Radiology and 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, October 15, 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/85c7f85dc8a74fc081c3667b068ca26e/view)
- Record
- SN07612477-F 20251008/251006230034 (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 |