Closed Solicitation · DEPT OF DEFENSE

    NOTICE OF INTENT TO SOLE SOURCE - MAINTENANCE FOR VARIAN LINEAR ACCELERATOR SYSTEM

    Sol. 0012235760PresolicitationFPO, VA
    Closed
    STATUS
    Closed
    closed Sep 15, 2025
    POSTED
    Aug 29, 2025
    Publication date
    NAICS CODE
    81121
    Primary industry classification
    PSC CODE
    J065
    Product & service classification

    AI Summary

    The Defense Health Agency (DHA) plans to negotiate a sole source contract with Varian Medical Systems, Inc. for maintenance services of Government-owned Varian Linear Accelerator Radiotherapy Systems at Naval Medical Center Portsmouth and Keesler Medical Center. The contract includes comprehensive support, preventive maintenance, and emergency responses, with an estimated performance period from November 1, 2025, to October 31, 2026, and four optional extensions. Interested parties must submit a capability statement by the specified deadline.

    Contract details

    Solicitation No.
    0012235760
    Notice Type
    Presolicitation
    Posted Date
    August 29, 2025
    Response Deadline
    September 15, 2025
    NAICS Code
    81121AI guide
    PSC / Class Code
    J065
    Issuing Office
    DEFENSE HEALTH AGENCY
    Primary Contact
    Christine Russman
    City
    FPO
    State
    VA
    ZIP Code
    22042

    Description

    The Defense Health Agency (DHA) intends to negotiate a sole source contract under the authority of 
    FAR 13.5 – Simplified Procedures for Certain Commercial Products and Commercial Services Single 
    Source. The proposed source is Varian Medical Systems, Inc., 3100 Hansen Way, Palo Alto, CA 94304


    Naval Medical Center Portsmouth (NMCP) and Keesler Medical Center (KMC), have a requirement for a 
    non- personal services and maintenance contract for designated Government-owned Varian Linear 
    Accelerator Radiotherapy Systems listed on Technical Exhibit 1 – Equipment List. The Contractor 
    shall maintain the systems (hardware and associated software) within the original equipment 
    manufacturer (OEM) specifications, in accordance with all U.S., State, and Local laws and 
    regulations, DHA regulations, instructions, and Joint Commission requirements. This contract shall 
    include unlimited telephone support (24 hours per day, 7 days per week), preventive maintenance and 
    inspections, corrective maintenance tasks, and unlimited emergency responses by the Contractor’s 
    Field Service Engineers for all medical devices listed in the equipment list. All maintenance 
    provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise 
    stated. All hardware and software upgrades shall be completed within the current Authority to 
    Operate (ATO), or a new ATO shall be initiated and approved prior to such upgrades at no additional 
    cost to the government.
    The Contractor shall provide all parts, repair, disposal, labor, materials, 
    travel, personnel, supervision, and freight shipping for the scheduled, preventive, and corrective 
    maintenance of all equipment identified at no additional cost to the Government.

    The estimated period of performance is 1 November 2025 – 31 October 2026, with four (4) option 
    periods,


    Option 1: 1 November 2026 – 31 October 2027
    Option 2: 1 November 2027 – 31 October 2028
    Option 3: 1 November 2028 – 31 October 2029
    Option 4: 1 November 2030 – 31 October 2030


    There are no set-aside restrictions for this requirement. The intended procurement will be 
    classified under North America Industry Classification System (NAICS) 811219 – Other Electronic and 
    Precision Equipment Repair and Maintenance. This notice of intent is not a request for competitive 
    proposals and no solicitation document exists for the requirement. Sources interested in responding 
    to this notice are required to submit a capability statement that includes management and technical 
    data, in sufficient detail and with convincing evidence that clearly demonstrates the capability to 
    perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a 
    font size no smaller than 10-point. All capability statements received by the due date of this 
    notice will be considered by the Government. A request for documentation or additional information, 
    or submissions that only ask questions will not be considered as an affirmative response. A 
    determination by the Government not to compete based on responses to this notice is solely within 
    the discretion of the Government. Information received will be considered solely for the purpose of 
    determining whether to conduct a competitive procurement or to proceed with a sole source contract.

    Capability statements are due by 4:00 P.M, 15 September 2025. Capability statements shall be 
    submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to Christine Russman, 
    christine.l.russman.civ@health.mil. No phone calls will be accepted.
     

    Key dates

    1. August 29, 2025Posted Date
    2. September 15, 2025Proposals / Responses Due

    Frequently asked questions

    NOTICE OF INTENT TO SOLE SOURCE - MAINTENANCE FOR VARIAN LINEAR ACCELERATOR SYSTEM is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.