W065--Scope Lease and Service
ID: 36C25226Q0128Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.

    Point(s) of Contact
    Jennifer MeadContract Specialist
    (414) 844-4800
    Jennifer.Mead@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. This combined synopsis/solicitation is an Unrestricted Request for Quotation (RFQ) under NAICS code 532490 and FSC/PSC W065. The contract involves rolling over existing KARL STORZ equipment, adding new equipment to meet increased clinical demand, and installing two additional KARL STORZ NEO AIR systems. Key requirements include compatibility with existing KARL STORZ systems, 4K resolution, advanced imaging features, and integration with hospital systems. The contract also specifies
    The government file 52.217-8, titled 'Option to Extend Services,' outlines the federal government's right to continue contracting services beyond the initial contract period. This clause allows the government to extend services multiple times, provided the total extension does not exceed six months. Rates for these extended services may only be adjusted if there are revisions to prevailing labor rates as determined by the Secretary of Labor. The Contracting Officer must provide written notice to the contractor within five calendar days to exercise this option. This provision is commonly used in federal government RFPs to maintain service continuity when needed, offering flexibility while setting clear limitations on extensions and rate adjustments.
    FAR 52.225-2 Buy American Certificate (Oct 2022) outlines certification requirements for offerors regarding the domestic or foreign origin of end products in government solicitations. This provision mandates that offerors certify each end product as domestic unless specified otherwise, and list foreign end products, indicating their country of origin and domestic content percentage if not predominantly iron or steel and not COTS items. It also requires the identification of domestic end products containing critical components. The certification process supports the Federal Acquisition Regulation's Buy American policies, ensuring compliance and guiding the government's evaluation of offers based on domestic preference.
    This document, an addendum to FAR 52.212-2, outlines the evaluation criteria for commercial products and services in a government solicitation. The basis for award will be the quotation most advantageous to the Government, considering price and other factors. Evaluation factors include Technical or Quality, Veterans' Involvement, and Price. The government will use a comparative evaluation process as per FAR 13.106-2(b)(3), comparing quotations to determine the best benefit, and reserves the right to select a quotation exceeding minimum requirements. Technical or Quality evaluations will assess how well a quotation meets and/or exceeds requirements, with specific emphasis on authorized distributor letters for Karl Storz equipment and capability to comply with salient characteristics. Veterans' Involvement offers credit to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) registered in the VIP database, and some consideration for non-SDVOSB/VOSB quoters using such subcontractors. Price will be evaluated by totaling all line-item prices, including options.
    The document, an addendum to FAR 52.212-1, outlines tailored instructions for offerors submitting quotes for simplified acquisition procedures, superseding the standard FAR version. It details requirements for quotes, including NAICS codes, small business size standards, submission procedures, and content such as technical descriptions, prices, and representations. Key provisions cover the acceptance period, product samples, handling of multiple and late submissions, and the government's right to issue purchase orders, including multiple awards. It also provides guidance on obtaining cited requirements documents and mandates a unique entity identifier for quotes exceeding the micro-purchase threshold. The document emphasizes that past performance will not be considered in simplified acquisitions and that unsuccessful offerors will not be notified.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065-- Service Contract for Bruker
    Buyer not available
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J065--Carl Zeiss Artevo SMA Sole Source Announcement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole-source Firm-Fixed-Price Contract to PROAIM Americas, LLC for the preventive maintenance of the Zeiss Artevo 850 ophthalmic microscope located at the VA Valley Coastal Bend, Harlingen Healthcare Center. The contract will encompass semi-annual scheduled maintenance and emergency repair services, as only certified field service engineers from Carl Zeiss Meditec USA Inc. are authorized to perform repairs on Zeiss products, with PROAIM being the exclusive representative for such services. This procurement is critical to ensure the operational efficiency of specialized medical equipment essential for patient care. Interested parties may submit their capability information by 10:00 A.M. CT on December 12, 2025, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as this notice is not a request for competitive quotations.
    Name Brand or Equal to: Zeiss IOL Master 700 with Total Keratometry License
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Zeiss IOL Master 700 with Total Keratometry License, intended for use at the Atlanta VA Medical Center. This solicitation aims to replace an end-of-life unit in the Ophthalmology Department, which is critical for conducting cataract surgery eye exams. The successful contractor must provide an authorized distributor letter from the manufacturer along with their quote, and if offering equal products, descriptive literature must be included to demonstrate compatibility with existing systems. Interested vendors should contact Ashley Stewart at ashley.stewart4@va.gov for further details, as this opportunity does not have a set-aside and will evaluate domestic offers with a price preference during the selection process.
    J065--Carl Zeiss Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a service contract for Optime Complete Preventative Maintenance Services at the Alaska VA Medical Center in Anchorage, AK. This procurement is a total small-business set-aside under NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and will result in a fixed-price contract with a base year and three one-year options. The services are critical for maintaining the operational efficiency of medical equipment, ensuring high-quality care for veterans. Interested contractors must be registered in the System for Award Management (SAM) database and are advised that the solicitation will be available on November 28, 2025, with a closing date of December 11, 2025; for further inquiries, they can contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    6525--TIMS 2000 SP Mobile Cart Package (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TIMS 2000 SP Mobile Cart Package, specifically requiring brand name products along with related accessories and software. This acquisition is set aside exclusively for small businesses, with a focus on the surgical and medical instrument manufacturing sector, as indicated by the NAICS code 339112. The mobile cart package is essential for enhancing medical imaging capabilities within the healthcare system. Interested vendors must submit their offers by December 12, 2025, at 15:00 CST, with delivery to the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. For further inquiries, potential bidders can contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Buyer not available
    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.
    6640--Volcano Intrasight Philips
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is conducting market research for the procurement of a brand name or equal Philips Intrasight Mobile 5/Volcano system to be installed at the Amarillo VA Medical Center (AVAMC). This system is essential for enabling interventional heart studies for local Veterans, allowing them to receive necessary cardiac care without traveling to other facilities. The procurement requires a turn-key solution that includes components for cardiac catheterization, stent placement, and blockage calculation, adhering to guidelines from The Joint Commission and other regulatory bodies. Interested vendors must submit their responses, including business details and SAM registration, by December 12, 2025, at 3 PM CT, to the Contracting Officer, Rafael Rodriguez, at Rafael.Rodriguez2@va.gov.