Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

6515--Intent to Sole Source STRIKE FORCE Power Wheelchair & Soccer Guard

Active
36C24123Q0739Federal
AI Contract Overview
Show more

The Department of Veterans Affairs, through the West Roxbury VA Medical Center and represented by Network Contract Office 1, intends to enter into a firm-fixed price contract with Power Soccer Shop, a division of NEMI, to supply four STRIKE FORCE Power Wheelchairs and Soccer Guards for the Boston Recreation Therapy Department. This procurement will be executed as a sole source acquisition, meaning the government plans to award the contract without a competitive bidding process, under the justification that only this supplier can meet the agency’s specific requirements, as authorized by federal regulations. The contract is focused exclusively on these specialized mobility and recreational therapy products, classified under NAICS code 339113. Interested parties who believe they can meet the specified needs are invited to submit relevant qualifications and market information by June 7, 2023, to assist the government in confirming that no other sources can fulfill the requirement. However, this notice is not a solicitation for proposals, and requests for competitive bids or solicitation documents will not be entertained. The contract specialist managing this action is Divianna Mathurin, who can be contacted for further information. This process ensures compliance with regulatory mandates while aiming to fulfill the medical center’s needs efficiently and with the appropriate vendor.

General Info

VA contracts Power Soccer Shop for four STRIKE FORCE wheelchairs sole-source, no competitive bidding.

Agency

Department Of Veterans Affairs → 241-NETWORK Contract Office 01 (36C241)

View Agency

NAICS

339113 - Surgical Appliance and Supplies Manufacturing

View NAICS

Place of Performance

ME

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
Posted

Contract opportunity posted

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Veterans Affairs → 241-NETWORK Contract Office 01 (36C241)
Contacts1 person available
OfficeTOGUS, ME, 04330, USA
Organization / Agency
Department Of Veterans Affairs → 241-NETWORK Contract Office 01 (36C241)
View Agency Profile
Office Address

TOGUS, ME, 04330, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
NOTICE OF THE INTENT TO SOLE SOURCE TO Power Soccer Shop - A Division of NEMI, 11841 243rd Ave NW, Zimmerman, MN 55398, UNITED STATES. Response Due Date: June 07, 2023, by 10:00AM (EST) NOTICE OF THE INTENT TO SOLE SOURCE SYNOPSIS Network Contract Office 1, Procurement Office East on behalf of The Department of Veterans Affairs, West Roxbury VA Medical Center located at 1400 VFW Parkway, West Roxbury, MA 02132-4927 intends to award a firm-fixed contract with no options to Power Soccer Shop - A Division of NEMI to provide (4) STRIKE FORCE Power Wheelchairs & Soccer Guards for Boston s Recreation Therapy Department. The proposed procurement is for products/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 41 U.S.C. 3304(a)(1). The North American Industry Classification System code (NAICS) for this requirement is 532120. All responsible sources that feel they should be considered qualified to provide the above-mentioned products may submit a response to this notice (by the response due date shown above) to Divianna.Mathurin@va.gov . The information provided shall include detailed (and relevant) documentation to allow the government to perform adequate market research and make a proper determination. A determination by the government not to compete this proposed requirement based upon 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. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.

Similar Contracts

NAICS: 339113
New
Federal

Portable Patient Transport System (PPTS)

The U.S. Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division, has issued a Call for Solutions (CFS) for the development of a Portable Patient Transport System (PPTS) under solicitation number W911QY-26-S-PPTS-01. This initiative is part of the Army’s Open Solicitation and is authorized under 10 U.S.C. § 4022 to advance prototype projects. The government plans to award multiple Prototype Other Transaction Agreements to offerors whose solution briefs best meet the evaluation criteria. Interested parties are invited to submit a single consolidated “Solution Brief” outlining their prototype concepts to support rapid and effective patient transport solutions. The solicitation was issued on March 12, 2026, with a response deadline of April 9, 2026. Questions and inquiries must be submitted in writing via email to designated points of contact no later than March 26, 2026. Strict communication protocols are in place, limiting correspondence to specified Government personnel, and unauthorized contact may lead to disqualification. Detailed information and supporting documents are provided with the CFS to guide submissions, with key contacts being Dan Adams and Christine Halamoutis at the Natick office in Massachusetts. There are no set-aside restrictions, and the solicitation falls under NAICS code 339113, relating to medical equipment manufacturing.

W6QK Acc-apg Natick

POSTED

about 16 hours ago

DEADLINE

in 15 days

View Details
NAICS: 339113
New
Federal

6515--Omnicell Carousel-replacement

The Department of Veterans Affairs Network Contracting Office 6 plans to award a sole source firm-fixed-price contract to Omnicell, Inc. for the replacement of the Omnicell Gen 2 Kardex 3050 Carousel at the W. G. Hefner Medical Center in Salisbury, North Carolina. This procurement will be conducted under the authority to solicit from a single source as outlined in FAR 13.106-1(b), with the associated NAICS code being 339113, which applies to entities with up to 800 employees. The intention is to ensure continuity and compatibility with existing systems by selecting a single qualified provider. Interested vendors who believe they can meet the requirements may submit evidence of their capability and interest by March 27, 2026, at 8:00 A.M. EST. The notice clarifies that this is not a request for competitive quotations, but the government will consider any submissions to inform its acquisition strategy. Service-Disabled Veteran Owned or Veteran Owned Small Businesses must be certified in the Dynamic Small Business Search database, and all respondents must provide an authorized dealer or distributor letter. Communication is strictly written and must be emailed to the contracting officer, Kenya Robinson, with no telephone inquiries accepted. The government reserves sole discretion over whether to compete the contract based on received information, and no costs incurred in responding will be reimbursed.

246-NETWORK Contracting Office 6 (36C246)

POSTED

about 16 hours ago

DEADLINE

in 10 days

View Details
NAICS: 339113
New
Federal

DRESSING, OCCLUSIVE,

This contract involves the procurement of occlusive adhesive dressings, specifically a clear, compressed type measuring 4.75 by 4 inches, intended exclusively for military use and not available commercially. These dressings are packaged in sets of five per unit and must have a shelf life of 60 months. Delivery to the government must occur within nine months of the manufacturing date, ensuring product freshness and efficacy. All products require labeling that complies with Medical Marking Standard No. 1 and include detailed markings such as manufacture date, expiration or retest date, and contract or lot numbers. Packaging must meet commercial standards, protect against damage during transit, and be suitable for acceptance by common carriers at the lowest transportation rates. Additionally, the contract references compliance with several defense and procurement standards including DLA packaging requirements and removal of government identification from non-accepted supplies. The solicitation is managed by the Department of Defense’s Medical Supply Chain MD Surg FSF, with deliveries expected at Fort Stewart, Georgia within 20 days after contract award. Bidders are required to specify their source and part number, and must adhere to technical and quality requirements outlined in the DLA Master List. Contact for the solicitation is provided to facilitate communication and ensure compliance with the stated conditions.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 23 hours ago

DEADLINE

in 6 days

View Details