R Series Defibrillators - Kansas City VAMC
ID: 36C25525Q0134Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of R Series Defibrillators for the Kansas City Veterans Affairs Medical Center (VAMC). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the medical capabilities of the facility by providing essential life-saving equipment. The defibrillators are critical for emergency medical situations, ensuring that healthcare providers have the necessary tools to respond effectively to cardiac emergencies. Interested vendors can reach out to Jon Lutmer at Jonathan.lutmer@va.gov or by phone at 410-446-3862 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) from the Kansas City VA Medical Center for the procurement of R Series defibrillators, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The main objective is to replace the current fleet of defibrillators, requiring vendors to supply equipment, installation services, and project management support. Key details include technical specifications, delivery requirements, warranty terms, and installation procedures. Key evaluation factors for proposals will include the technical offerings, SDVOSB certification, delivery timelines, past performance, and pricing. The document emphasizes compliance with regulations, ensuring safety during installation, and the need for professional conduct while on medical center grounds. All invoices are to be submitted electronically according to VA standards. This procurement underscores the VA's commitment to enhancing healthcare service delivery through reliable medical equipment and support from small businesses in the veteran community.
    The document outlines a solicitation from the Department of Veterans Affairs, specifically for the procurement of R Series Defibrillators intended for the Kansas City VA Medical Center. The procurement is categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, highlighting the intention to support small business participation. The proposal includes comprehensive specifications that detail the technical requirements for the defibrillators, including dimensions, weight limitations, operation modes, and connectivity features. Vendors are responsible for supplying all necessary equipment, accessories, and installation services as specified in the Statement of Work. The vendors must adhere to certain performance criteria, including delivery timelines and warranty provisions. Evaluation factors for proposals will focus on technical aspects, certification, delivery capability, past performance, and pricing. The summary also emphasizes the contract's administrative details, including payment methods, invoicing requirements, and the inclusion of various Federal Acquisition Regulations (FAR) clauses. This procurement illustrates the government’s commitment to modernizing medical equipment while fostering small business inclusion and ensuring compliance with rigorous standards in healthcare operations.
    The document is an amendment to solicitation RFQ 36C25525Q0134 issued by the Department of Veterans Affairs through the Network Contracting Office 15. The primary purpose of this amendment is to pause the solicitation process for acquiring defibrillators in Kansas City. It indicates that the Request for Quotations (RFQ) will be re-posted on SAM.GOV once the Statement of Work (SOW) is updated. Key details include the requirement for all offerors to acknowledge receipt of the amendment prior to the specified deadline, and it outlines the procedures for doing so. The amendment serves to communicate administrative changes while ensuring compliance with federal contracting protocols. The document emphasizes the importance of acknowledgment to avoid any rejection of offers, maintaining the integrity of the contracting process.
    The Kansas City VA Medical Center seeks to procure replacement defibrillators to replace outdated units. The Statement of Work details the technical specifications, services required from vendors, including equipment delivery, installation, and project management. Key components include 46 defibrillators, batteries, and network cards, all adhering to strict specifications and compliance with the American Heart Association’s guidelines. The defibrillators must operate on both AC and DC power, include essential monitoring capabilities, have a 5-year warranty, and offer Wi-Fi connectivity for data communication within VA standards. Vendors are responsible for equipment delivery to the facility and must follow protocols for assembly and installation in collaboration with VA staff. The proposal outlines operational hours, site conditions, and warranty requirements. Invoicing must be electronic, adhering to specific formats established by the VA’s Financial Services Center. This procurement represents an essential improvement to the medical center's emergency response capabilities, ensuring compliance with federal requirements and high operational standards for patient care.
    The Kansas City VA Medical Center seeks to acquire a fleet of R Series Defibrillators, requiring vendors to provide equipment, installation, and project management services. The defibrillators must meet specific technical specifications, including maximum size and weight, power requirements, and compatibility with medical standards. The contract stipulates that all necessary components for equipment operation must be supplied at no additional cost to the government, alongside labor for delivery, assembly, and testing. Key requirements outlined include features such as biphasic defibrillation, Wi-Fi connectivity, and various operational modes suitable for different patient demographics. Vendors are to deliver equipment in original packaging, maintain site cleanliness, and adhere to delivery schedules. Installation includes integration with VA electronic systems and requires a pre-delivery meeting. Warranty provisions mandate a minimum five-year coverage for all products, including routine maintenance and timely responses to service requests. Overall, this procurement process aligns with government RFPs by promoting a structured approach to acquiring essential medical equipment, ensuring compliance with VA standards and enhancing healthcare service delivery within the facility.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Defibrillators - Kansas City VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a fleet of 39 R Series Defibrillators for the Kansas City VA Medical Center. The procurement aims to replace existing defibrillators with units that meet specific technical specifications, including compatibility with various patient demographics, advanced operational capabilities, and necessary accessories. These defibrillators are critical for ensuring effective patient care in emergency situations, highlighting the VA's commitment to equipping healthcare facilities with essential medical technology. Interested parties must submit their company information and evidence of capability to the primary contact, Jon Lutmer, at Jonathan.lutmer@va.gov by the specified deadline, with adherence to strict delivery and operational protocols required.
    6515--AED/Defibrillators
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply Automated External Defibrillators (AEDs) for the Wake County VA Outpatient Clinic. The procurement specifically targets the acquisition of Zoll Medical Corporation's Zoll AED Plus and Zoll R-Series Defibrillator-Monitor-Recorder, which are critical for providing effective emergency care to patients experiencing sudden cardiac arrest. This initiative underscores the VA's commitment to enhancing healthcare delivery through advanced medical equipment, ensuring compliance with industry standards while promoting opportunities for eligible vendors, including small businesses. Interested contractors must submit their offers via email by 10 AM EST on March 10, 2025, and should direct any inquiries to Contracting Officer Byron L Brown at byron.brown4@va.gov.
    6515--AEDs & Defibrillators
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential contractors for the procurement of Automated External Defibrillators (AEDs) and defibrillators for the Overton Brooks VA Medical Center in Shreveport, Louisiana. The objective is to replace existing equipment, including 9 Zoll X Series, 44 Zoll R Series Plus, and 13 AEDs, while ensuring compliance with regulatory standards such as the Buy American Act and the Nonmanufacturer Rule. This initiative is crucial for maintaining effective emergency medical capabilities at the facility, with a delivery timeline of 90 days post-award. Interested vendors should submit their responses to Contracting Specialist T. Miller at t.miller@va.gov by the specified deadline, as the contract may be awarded on a sole-source basis if no competitive responses are received.
    Cardiac Monitor / Defibrillator
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of cardiac monitors and defibrillators through a combined synopsis/solicitation. This acquisition is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 334510, which pertains to electromedical and electrotherapeutic apparatus manufacturing. The equipment is critical for medical emergencies and is typically used in various military and healthcare settings to ensure rapid response to cardiac events. Interested vendors should reach out to Matthew Haight at matthew.r.haight2.civ@army.mil or call 703-805-2242, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    6515--Equipment: Pulsed Electric Field Ablation System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of a Pulsed Electric Field Ablation System intended for non-thermal pulmonary soft tissue ablation in bronchoscopy settings at the North Florida/South Georgia Veterans Health System in Gainesville, Florida. The system must meet specific technical requirements, including FDA approval for endoscopic treatment of lung nodules, the ability to deliver high-voltage electrical energy for localized cellular disruption while preserving surrounding tissue integrity, and integration with a 4-lead cardiac monitor for synchronized energy delivery. This procurement is crucial for enhancing medical treatment capabilities for veterans, emphasizing advanced technology in healthcare. Interested vendors must submit their quotes by March 10, 2025, at 4:30 PM Eastern Time, and can contact Contracting Officer Heidi Parrish at heidi.parrish@va.gov or 352-278-5990 for further inquiries.
    6640--MADSEN CAPELLA PROBE 36C252-25-AP-1705
    Buyer not available
    The Department of Veterans Affairs is seeking quotes from qualified vendors for the procurement of Madsen Capella 2 Probes and related equipment, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to acquire essential medical diagnostic equipment that includes capabilities for otoacoustic emissions testing, which is critical for efficient patient diagnostics. Interested vendors must submit their quotes by March 14, 2025, at 3 p.m. CST, and ensure compliance with all submission requirements, including registration in the VetBiz.gov database and adherence to subcontracting limitations. For further inquiries, vendors can contact Contract Specialist Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.
    6515--Equipment - Albany VA Patient Monitors (VA-25-00038703)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the procurement of a Philips Patient Monitoring System, including necessary system upgrades, through a presolicitation notice (36C24225Q0386). This contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded as a Firm-Fixed Price contract, with an estimated value above the simplified acquisition threshold. The procurement emphasizes the need for new Original Equipment Manufacturer (OEM) items only, ensuring that vendors provide verification of their authorized dealership status to maintain the quality of healthcare equipment for Veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of offer, with the solicitation expected to be released around March 17, 2025. For inquiries, vendors should contact Contract Specialist LaTriece Bruce via email at latriece.bruce@va.gov, as telephone inquiries will not be accepted.
    6515--Brand Name Solicitation for Steris MEDIVATORS ADVANTAGE PLUS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a brand name solicitation for the Steris MEDIVATORS ADVANTAGE PLUS, a critical medical device used in healthcare settings. This procurement aims to acquire electromedical and electrotherapeutic apparatus, specifically categorized under medical and surgical instruments, equipment, and supplies. The goods are essential for ensuring effective medical procedures and patient care within the Veterans Affairs facilities. Interested vendors should direct their inquiries to Contracting Officer Aleta Jennette at Aleta.Jennette@va.gov or by phone at (914) 737-4400 ext 2068, as the solicitation details are outlined in the Combined Synopsis/Solicitation notice.
    7110--Mobile Pocket Cart for the Kansas City VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of Mobile Pocket Workstations for the Kansas City VA Medical Center. The objective of this contract, identified by solicitation number 36C25525Q0232, is to replace aging or damaged workstations to enhance workflow and support nursing staff as patient care demands increase. These mobile workstations must meet specific technical specifications, including features for mobility, storage, and environmentally friendly construction, while also ensuring compliance with aesthetic requirements coordinated with the Interior Design team. Interested parties should note that responses are due by March 10, 2025, and can contact Contract Specialist Timothy Scarborough at timothy.scarborough@va.gov or (913) 946-1982 for further information.
    6515--Full SDVOSB set-aside BRAND NAME OR EQUAL TO Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract to procure a brand name or equal to the Stryker Endoscopic Video System. The procurement includes advanced medical imaging equipment, such as surgical displays, camera units, and CO2 insufflators, designed to enhance healthcare delivery in veteran facilities through improved diagnostics and patient data management. Interested vendors must submit their quotes by March 10, 2025, and ensure compliance with federal contracting regulations, including the prohibition of gray market items. For inquiries, potential offerors can contact Contract Specialist Andrew J. Barrow at Andrew.Barrow@va.gov.