Closed Solicitation · DEPT OF DEFENSE
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.
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.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.