6515--691/GLA_CUSTOM IV START KITS
ID: 36C26226Q0101Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

Set Aside

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

    The Department of Veterans Affairs is seeking quotations for the procurement of Custom IV Start Kits, specifically designed for the VA Greater Los Angeles Healthcare System. The solicitation, identified as number 36C26226Q0101, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns and requires the delivery of 900 cases of IV medical supplies over a one-year period, with a monthly requirement of 75 cases. These kits are critical for ensuring patient safety and operational efficiency in medical procedures, containing essential components such as antimicrobial dressings, pre-sterilized syringes, and various IV accessories. Interested vendors must submit their quotes electronically by January 9, 2026, at 1:00 PM PST, and direct any inquiries to Contract Specialist Rochelle Malveaux at Rochelle.Malveaux@va.gov.

    Point(s) of Contact
    Rochelle MalveauxContract Specialist
    (000) 000-0000
    Rochelle.Malveaux@va.gov
    Files
    Title
    Posted
    This Combined Synopsis/Solicitation Notice, 36C26226Q0101, issued by the Department of Veterans Affairs, Network Contracting Office 22, is an RFP for "CUSTOM IV START KITS" for the VA Greater Los Angeles Healthcare System (GLA). The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of January 9, 2026, at 1:00 pm PACIFIC TIME, Los Angeles, USA. The relevant NAICS code is 339112 (Surgical Appliance and Supplies Manufacturing) and the PSC is 6515 (Medical and Surgical Instruments, Equipment, and Supplies). The point of contact for this solicitation is Rochelle Malveaux. The notice includes several attachments detailing the Request for Quotation, brand name or equal specifications, salient characteristics, and certifications related to sub-contracting limitations and SDVOSB status.
    The provided document is a CLIN (Contract Line Item Number) table, likely part of a federal or state RFP or grant, detailing medical supplies. It lists various brand-name products, their manufacturers, and manufacturer part numbers. Key items include IV labels from Medline Industries (HL505), Tegaderm IV Sec-CHG from Solventum Corporation (9132NS), gauze from Medline Industries (19024), syringes (CCS-500), device access items from Becton Dickinson (36490200), transparent tape from Medline Industries (56452), swab caps from ICU Medical (SCXT3-2000), connectors from ICU Medical (MC100-NS), Chloraprep from Becton Dickinson (930480NSB), and tourniquets from Medline Industries (59250). The table also includes columns for equivalent brands, nomenclature, salient characteristics (referencing Attachment B), equivalent part numbers, unit price, extended price, and annual quantity, with 45,000 units specified for most items. The document's purpose is to outline specific medical supplies required, allowing for brand-name or equivalent product submissions, and setting the framework for pricing and quantity within a procurement process.
    The document outlines the salient characteristics for Custom IV Start Kits, detailing ten essential components required for federal, state, and local RFPs. Each item must meet specific criteria for clinical documentation, patient safety, and operational efficiency. Key components include IV labels with detailed patient and device information, antimicrobial Tegaderm dressings with CHG, nonwoven rayon/poly sponge gauze, and pre-sterilized flush syringes compatible with needle-free Luer lock systems. The kits also require a Luer-Lock Vacutainer with a multiple sample adapter, clear medical-grade transparent tape with micro-perforations, and Swabcaps containing 70% Isopropyl alcohol for disinfection. Additionally, the kits must include Microclave connectors designed to reduce bloodstream infections, BD ChloraPrep Frepp 1 mL Sterile Applicators, and single-patient non-latex tourniquets. These specifications emphasize sterility, securement, patient safety, and compatibility with existing medical systems, ensuring high-quality standards for IV insertion procedures.
    This VA Notice outlines subcontracting limitations and compliance requirements for contractors supplying goods and services, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors must certify compliance with limitations, ensuring that non-VIP-listed SDVOSBs or VOSBs do not receive more than 50% of the government payment for supplies, excluding material costs. Non-manufacturers must supply domestic small business products unless a waiver is granted, and meet specific criteria regarding employee count, primary business, and item ownership. The document details penalties for non-compliance or fraudulent certifications, including referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors are required to provide documentation to verify compliance and cooperate with VA reviews. Failure to submit the required certification will render an offer ineligible for award.
    The Department of Veterans Affairs (VA) is issuing a Request for Quotation (RFQ) for brand name or equal CUSTOM IV START KITS (Medline Custom IV Start Kit - DYNDV2095D). This solicitation, number 36C26226Q0101, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS Code 339112. The VA requires 75 cases of IV medical supplies monthly, totaling 900 cases over a one-year period, for delivery to the Greater Los Angeles VA Healthcare System warehouse. Quotes must be submitted electronically by January 9, 2026, 1:00 PM PST, and questions by December 29, 2025, 8:00 AM PST. Offers will be evaluated based on the lowest price that meets all technical and responsiveness requirements, including adherence to Buy American Act and Trade Agreement Act, and verification that
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--MSPV BPA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to establish Blanket Purchase Agreements (BPAs) for Medical/Surgical Prime Vendor (MSPV) supplies, specifically consumable medical and surgical items, for nationwide use within the Veterans Health Administration (VHA). This procurement aims to ensure the availability, consistency, and standardized pricing of medical supplies while adhering to compliance regulations, including the Federal Acquisition Regulation (FAR) and the Trade Agreements Act. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of authorized distributors, competitive pricing, and adherence to electronic data interchange (EDI) standards. Interested parties must submit their quotes by January 19, 2026, and can direct inquiries to Contracting Officer Katherine (Katie) Corcoran at katherine.corcoran@va.gov or 401-402-4678.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    J065--IV Prep Host Conversion Support to Oracle Cerner (VA-26-00029253)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Carefusion Solutions, LLC for IV Prep Host Conversion Support Services, aimed at integrating the current Federal Electronic Health System with Oracle Health (Cerner) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. The contractor will be responsible for providing all necessary equipment, parts, labor, supervision, and transportation to facilitate this integration, with services scheduled to be performed from December 26, 2025, to December 25, 2026. This procurement is critical for enhancing the efficiency and effectiveness of healthcare delivery to veterans, ensuring a seamless transition to the new electronic health record system. Interested parties must submit any responses demonstrating a competitive advantage by December 24, 2025, at 13:00 ET to Contract Specialist Kristina L. Peart at kristina.peart@va.gov.
    Q502--691 | Cardiovascular Technology Staffing SBAR Request Approval #21873 Received (FY26)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Cardiovascular Technologist Staffing services for the VA Greater Los Angeles Healthcare System. The procurement requires the staffing of a minimum of seven ARDMS-certified Cardiovascular Technologists, who will assist cardiologists and perform various diagnostic tests, with a focus on catheterization and electrophysiology lab procedures. This contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum value of $7 million, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a performance period from February 1, 2026, through January 31, 2031. Interested parties must submit their quotes by January 8, 2026, and direct any inquiries to Contracting Officer Bill Cook at william.cook2@va.gov or 602-795-4289.
    6515--626-26-1-313-0004 - Harloff Cart - Nursing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking proposals for the procurement of 40 Harloff Medical Storage Carts for the VA Medical Center located in Murfreesboro, Tennessee. This procurement is a brand-name-only solicitation set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the need for high-quality medical storage solutions that meet specific salient characteristics, including durable construction, ergonomic design, and advanced locking mechanisms. Interested vendors must submit their quotes in PDF format on company letterhead by January 2, 2026, at 11:00 AM EST, referencing solicitation number 36C24926Q0068, and include a product brochure, user manual, and an authorized distributor letter from the OEM. For further inquiries, vendors can contact Dawn Collins at Dawn.Collins@va.gov or by phone at 423-979-3640.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Ustekinumab Pens/Syringes or Biosimilars, aimed at supplying various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract will be awarded for an initial period of one year, with the possibility of four additional one-year option periods, ensuring a consistent supply of these critical pharmaceutical products through the VA and DoD Pharmaceutical Prime Vendor Programs. Offerors must provide drugs with unique National Drug Code (NDC) numbers and ensure that any biosimilar products meet FDA licensing requirements, as outlined in the FDA Purple Book. The solicitation is expected to be released around January 12, 2026, with a tentative closing date of January 27, 2026; interested parties should direct inquiries to Chris Carthron at Christopher.Carthron@va.gov or (708) 786-4980.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    RFP-797-FSS-99-0025: 65IIA Medical Equipment & Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment and supplies under the Request for Proposals (RFP-797-FSS-99-0025) for the 65IIA category. This solicitation aims to acquire surgical and medical instruments, equipment, and supplies, which are critical for providing healthcare services to veterans. The procurement falls under the NAICS code 339112 and PSC code 6515, emphasizing the importance of high-quality medical supplies in supporting the health and well-being of veterans. Interested vendors can reach out to the FSS Service Helpdesk at fss.help@va.gov or call 708-786-7737 for further information regarding the submission process and deadlines.
    6835--Medical Gas Supply - Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors for Medical Gas Delivery services at the Greater Los Angeles Healthcare System, specifically for the West Los Angeles VA Medical Center. The procurement aims to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying various medical gases, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, and Oxygen, all of which must meet stringent FDA and DOT regulations. Interested parties are required to submit their company details, including their SAM UEI number, contact information, business type, and socioeconomic status by December 29, 2025, to the Contracting Officer, Ms. Renee Kale, at renee.kale@va.gov. This sources sought notice is for planning purposes only and does not solicit quotes at this time.