6515--NX Defibrillators
ID: 36C10G25R0012Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of NX Defibrillators, specifically under solicitation number 36C10G25R0012. This procurement aims to acquire essential medical equipment, including Zoll brand name and equivalent defibrillators, which are critical for managing life-threatening cardiac conditions in veterans' healthcare facilities. The contract will be structured as a single Requirements contract with firm-fixed pricing for a base year and four option years, emphasizing the need for modern features and compliance with specified requirements. Proposals are due by May 28, 2025, at 16:30 Central Time, and interested vendors should direct inquiries to Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov.

    Point(s) of Contact
    Courtney ChattmanContract Specialist
    Courtney.Chattman@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs (VA) has issued a combined synopsis/solicitation for the procurement of defibrillators to support patient care across its medical centers. This solicitation, numbered 36C10G25R0012, seeks proposals for both Zoll brand name and equivalent defibrillators, which are essential for managing life-threatening heart conditions like ventricular fibrillation and tachycardia. The procurement plan is structured as a single Requirements contract with firm-fixed pricing for a base year plus four options years, aiming for a standardization of equipment and cost efficiencies. The solicitation outlines specific types of defibrillators required, including critical care transport monitors, ALS defibrillators, and public access AEDs, emphasizing the need for modern features such as real-time CPR feedback and ECG monitoring. Offerors must demonstrate compliance with salient characteristics, provide descriptive literature, and be registered in the System for Award Management (SAM). Proposals are due by May 26, 2025, and must adhere to various FAR provisions concerning commercial item acquisitions. The document highlights the VA's prioritization of obtaining durable equipment while ensuring quality and efficiency in their medical services.
    This document serves as an amendment to a previous combined solicitation issued by the U.S. Department of Veterans Affairs, specifically concerning the procurement of NX Defibrillators (Solicitation Number: 36C10G25R0012). The response deadline is set for May 26, 2025, at 16:30 Central Time. Located at the Strategic Acquisition Center in Fredericksburg, VA, the contracting office is handling this solicitation without recovery act funds and falls under product service code 6515 and NAICS code 334510. Included in the amendment are references to an attached document detailing questions and answers regarding the Request for Proposals (RFP), indicating a continuous dialogue with potential bidders. Key contact information for the contract specialist, Courtney Chattman, is provided for inquiries. The solicitation invites bids for a critical medical device, highlighting the VA's commitment to ensuring quality healthcare support through updated and reliable equipment. This reflects the government's ongoing efforts to procure essential services and products for veteran care, with particular attention to timelines and procedural clarity for interested vendors.
    The document is an amendment to a solicitation relating to a contract with the U.S. Department of Veterans Affairs, specifically for RFP number 36C10G25R0012. Its primary purpose is to provide responses to inquiries raised by potential offerors. The amendment confirms that there are no alterations to the solicitation as a result of this document. Key administrative details include the identification of the contracting and issuing offices, a request for acknowledgment of the amendment by offerors, and instructions on how to submit responses or updates to previous offers. The amendment emphasizes the importance of adhering to submission guidelines to ensure that offers are not rejected due to administrative oversights. Moreover, it remains in effect that all terms and conditions of the original solicitation continue unchanged unless otherwise noted. The documentation aims to facilitate a clear understanding of the solicitation process and to maintain an open line of communication between the contracting authority and potential bidders, thus enhancing transparency in federal procurement operations.
    The document serves as an amendment to a previously issued combined solicitation for NX Defibrillators by the U.S. Department of Veterans Affairs. It outlines important information including the contracting office's address in Fredericksburg, VA, the solicitation number (36C10G25R0012), and a revised proposal due date of May 28, 2025, at 16:30 Central Time. The document notes that it does not involve Recovery Act funds and specifies the Product Service Code (6515) and NAICS Code (334510) associated with this procurement. Additionally, it indicates that this amendment includes an attachment with further details on the solicitation changes. The primary purpose of this amendment is to extend the timeframe for submitting proposals, which reflects the standard practice in government procurement processes to ensure adequate time for bidders. Overall, the document emphasizes organizational transparency and adherence to procedural norms in securing medical equipment for veterans' care.
    This government amendment is issued by the U.S. Department of Veterans Affairs, specifically the OPAL Strategic Acquisition Center, to extend the proposal submission deadline for a solicitation from May 26, 2025, to May 28, 2025, at 16:30 CDT. The document outlines the required acknowledgment procedures for bidders regarding this amendment and clarifies that no additional changes to the original solicitation are made beyond the date extension. It emphasizes the importance of timely acknowledgment to avoid rejection of offers, specifying how bidders should confirm receipt of the amendment. Overall, this amendment maintains continuity in the procurement process while accommodating the holiday schedule related to Memorial Day, ensuring that all interested parties can participate within the revised timeline.
    The document outlines a Request for Proposal (RFP) for various Zoll medical equipment, specifically defibrillators and related accessories, including detailed specifications for each item. Key offerings include the Zoll AED 3 models, equipped with features like tri-mode display capabilities, advanced communication packages, and extensive monitoring technologies. The RFP specifies accessories included with each product, such as ECG cables, power cords, and batteries, as well as warranty information and compliance with recent medical guidelines. Additionally, ancillary items and optional accessories are mentioned, catering to a variety of medical scenarios across different patient demographics. The structure consists of detailed item descriptions and corresponding part numbers, pricing formats, and vendor instructions for submitting equivalent products. Vendors are required to fill out blue-highlighted sections pertaining to their proposed pricing and delivery timelines. This solicitation emphasizes the need for quality medical equipment contracts that ensure reliable supply and improved patient outcomes, aligning with government standards for public health procurement. The comprehensive details cater to entities interested in fulfilling government contracts while emphasizing quality, compliance, and technological advancement within the medical field. Vendors must ensure their submissions meet outlined specifications and adhere to required timelines.
    This document outlines the contract administration and invoice instructions for contractors engaged with the Department of Veterans Affairs (VA) Strategic Acquisition Center. It specifies that all contract matters will be handled by designated points of contact, including Jessica Edwards and Courtney Chattman. Contractors must submit monthly invoices electronically to the VA Financial Services Center (VAFSC) within 30 days of delivery, adhering to the Improper Payment Elimination and Recovery Act. Submission methods via the Tungsten Network and electronic data interchange are mandated, prohibiting facsimile or email submissions. Further, the document stipulates terms and conditions concerning contract execution and item replacements, emphasizing that orders must be placed by authorized personnel. Delivery requirements, such as marking and packing specifications, are also highlighted. Monthly and quarterly sales reports are required from contractors for financial tracking, with deadlines aligned with the VA's fiscal calendar. Overall, the document underscores compliance, reporting obligations, and standard operating procedures requisite for fulfilling contracting needs within the VA, focusing on acquiring medical equipment, namely defibrillators.
    The government file outlines critical contract clauses applicable to RFPs for the Department of Veterans Affairs (VA), emphasizing compliance and specific reporting requirements. Key elements include mandatory disclosures for contractors regarding business ethics, service level agreements, and sales reporting mechanisms, requiring contractors to embed a 3.0% service level agreement fee in their pricing. The document informs contractors about quarterly sales reporting obligations, detailing the timeline for submission and payment of such fees, which must be submitted electronically. Liquidated damages for non-compliance and the rights of the government in these scenarios are also specified. The file emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses, including those related to subcontracting, labor standards, and purchasing preferences, particularly for service-disabled veteran-owned businesses. It concludes with detailed stipulations on electronic submission of payment requests and requirements regarding the quality of supplied goods, underscoring the contract's legal and regulatory frameworks essential for successful proposals in government procurement processes.
    The document outlines the contract details for multiple healthcare service providers under the Department of Veterans Affairs (VA), categorized by various networks and specific facilities. Each facility is assigned a unique contract line item number (CLIN) along with a corresponding price, inclusive of Service Level Agreement (SLA) fees. The reporting quarter for this data is Qtr FY 2025, encompassing facilities from the VA New England Healthcare System through to the VA Midwest Health Care Network. The structure of the document lists facilities by network, indicating contract numbers and the specific services or products contracted. Key points include the identification of numerous VA facilities across the United States, which serve veterans' healthcare needs, and the commitment of the federal government to track and manage expenditures related to these contracts. This categorized approach ensures accountability and transparency in federal spending on veteran healthcare services, aligning with regulatory requirements and promoting efficient service delivery across various geographic regions.
    This government file outlines the requirements for referencing past performance in response to federal Requests for Proposals (RFPs) or grants. It seeks detailed information regarding the offeror's previous projects, including the contracting organization, contract types, total costs, delivery dates, and contacts for contracting officers and program managers. The document emphasizes the need for concise descriptions of the work performed and its relevance to the current solicitation, alongside any performance issues encountered, corrective actions taken, and results achieved. The inclusion of performance assessments from the Contractor Performance Assessment Reporting System (CPARS) or the Past Performance Information Retrieval System (PPIRS) is mandated. The file contains sections for three past performance references, prompting the offeror to provide specific and comprehensive data that reflects their ability to meet the requirements set forth in the solicitation and to demonstrate reliability and capability based on prior experience.
    The Department of Veterans Affairs (VA) is requesting feedback on an offeror's past performance as part of the solicitation for NX Zoll® Defibrillators (36C10G25R0012). The Past Performance Questionnaire is directed to references provided by the offeror and aims to evaluate their previous work through categories including Quality of Service, Cost Control, Timeliness of Performance, and Business Relations. Each reference is asked to rate the offeror based on specified guidelines (1-3) and provide comments that may aid in the assessment process. Additionally, questions regarding contract performance issues, such as stop work orders or terminations, are included. References are to submit their evaluations via email to designated VA personnel by May 26, 2025. This initiative reflects the VA's commitment to ensuring quality and reliability in services provided to veterans through thorough evaluation of contractors in alignment with federal procurement standards. The questionnaire facilitates an objective review for informed decision-making regarding contract awards.
    The document addresses inquiries related to Request for Proposal No. 36C10G25R0012 concerning NX Defibrillators. It clarifies various salient characteristics required for compatibility among different contract line item numbers (CLINs), emphasizing that CLIN0010 must align with CLINS 0001-0006. The document states that the contract is not subject to Federal Supply Schedules (FSS) pricing or the Industrial Funding Fee but requires a Service Level Agreement fee and quarterly sales reporting. A request for a TAA waiver is addressed, noting that such waivers are uncommon and typically consider urgent circumstances. The necessity of submitting a Small Business Subcontracting Plan is assessed, indicating it is not required for this contract as no subcontracting opportunities exist due to market research findings. Overall, the document serves to clarify the expectations and requirements surrounding the procurement of NX Defibrillators, ensuring adherence to regulations and fostering a clear understanding between the parties involved in the RFP process.
    Lifecycle
    Title
    Type
    6515--NX Defibrillators
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    Zoll R Series, Advanced Life Support (ALS) Monitor/Defibrillator with Expansion Pack, Pulse Oximetry (SPO2), End-Tidal Carbon Dioxide (EtCO2) (MAINSTREAM), OneStep Pacing, and Non-Invasive Blood Pressure (NIBP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to procure the Zoll R Series Advanced Life Support (ALS) Monitor/Defibrillator, which includes an expansion pack, pulse oximetry (SPO2), end-tidal carbon dioxide (EtCO2), OneStep pacing, and non-invasive blood pressure (NIBP) capabilities. This procurement aims to enhance medical response capabilities by providing advanced monitoring and defibrillation equipment essential for emergency medical services. The equipment is critical for ensuring effective patient care in various medical situations, particularly in military and emergency response settings. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    65--DEFIBRILLATOR/MONIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 30 units of DEFIBRILLATOR/MONIT, identified by NSN 6515016091208. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling critical medical equipment needs. The DEFIBRILLATOR is essential for emergency medical situations, ensuring readiness and effective response capabilities for military personnel. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for five days after the order is placed.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Clitoral Therapy Devices (CTD) and associated accessories under solicitation number 36C10G26Q0004. The objective of this procurement is to standardize products and reduce costs within the Veterans Health Administration (VHA), requiring FDA-approved devices that meet specific technical specifications, including removable cups, extension tubing, and a one-year warranty. These devices are critical for providing therapeutic support to veterans, ensuring they receive necessary medical care. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details, with proposals due by the specified deadline. The contract will be structured as an indefinite-quantity contract with a one-year base period and four one-year options, and contractors will be required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent, to enhance patient care across its medical centers nationwide. The procurement aims to provide safe and efficient patient transfer solutions, minimizing physical effort and reducing injury risks for both patients and caregivers. Interested vendors must submit their proposals, including technical capabilities and pricing, by January 7, 2026, with questions due by December 18, 2025. For further inquiries, contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.