J065--Proaim Zeiss B-side Remote Support | New Base | Start:5/1/26 Cincinnati VAMC | Intent to Sole Source
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 10, intends to award a sole source, Firm-Fixed Price Contract to PROAIM AMERICAS LLC for a Zeiss B-Side service agreement at the Cincinnati VAMC. This notice serves as an intent to negotiate, not a request for quotes. Interested contractors may submit capabilities statements or quotations to challenge the sole source intent. Responses are due by April 14, 2026, at 10:00 a.m. Eastern Time.
Scope of Work
This requirement is for a Zeiss B-Side service agreement to support the Cincinnati VAMC. The service agreement is crucial for the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies.
Contract & Timeline
- Type: Firm-Fixed Price (Sole Source Intent)
- Period of Performance: Starts May 1, 2026
- Set-Aside: None (Intent to Sole Source to PROAIM AMERICAS LLC)
- Response Due: April 14, 2026, 10:00 a.m. ET
- Published: April 8, 2026
Evaluation
This is an intent to sole source. While no solicitation will be issued, the agency will consider capabilities statements or quotations submitted by other contractors to determine if a competitive acquisition is feasible. The government will not pay for any costs incurred by responses to this notice.
Additional Notes
The intended awardee is PROAIM AMERICAS LLC, UEI: KECHQ6LN3HN7. Responses should be emailed to Michael Groneman (Michael.Groneman@va.gov) and Andrew Arnst (Andrew.Arnst@va.gov). This notice fulfills FAR 5.201(b)(1) requirements.