6515--NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
ID: 36C10G25R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Scanning Systems utilizing Laser-Optical Coherence Tomography (OCT), specifically the CIRRUS 6000-HS models from Carl Zeiss Meditec, Inc. This procurement aims to enhance medical imaging capabilities within VA healthcare facilities, ensuring that veterans receive high-quality diagnostic services. The solicitation includes detailed requirements for pricing, delivery timelines, and compliance with federal standards, with proposals due by January 27, 2025, at 12 PM Eastern Time. Interested vendors should contact Contract Specialist Cyia Jones at cyiamaudia.jones@va.gov or 240-917-9690 for further information.

Point(s) of Contact
Cyia JonesContract Specialist
Cyiamaudia.Jones@va.gov
Files
Title
Posted
Jan 14, 2025, 2:19 PM UTC
This document is an amendment to a previous combined solicitation issued by the U.S. Department of Veterans Affairs for NX EQ Scanning Systems utilizing Laser-Optical Coherence Tomography (OCT). The solicitation number is 36C10G25R0002, and proposals are due by January 27, 2025, at 12 PM Eastern Time. The amendment indicates that attachments relevant to the solicitation have been uploaded, and the deadline for proposal submissions remains unchanged. Key attachments include documents related to contract administration, clauses, solicitation provisions, and past performance references. This RFP is part of the procurement process for medical equipment designed to support veterans' healthcare services and emphasizes the importance of competitive solicitation in the federal contracting landscape. The contracting office is based in Fredericksburg, Virginia, and offers nationwide performance. The document reflects adherence to structured government procurement practices, ensuring transparency and detailed submission requirements for potential offerors.
The document, identified as RFP 36C10G23R0016, calls for the procurement of two models of the CIRRUS 6000-HS Optical Coherence Tomography (OCT) scanning system from Carl Zeiss Meditec, Inc., detailing specific quantities and pricing structures for base and option years. The required items include the standard CIRRUS 6000-OCT and the AngioPlex version. Vendors are instructed to provide equivalent products if necessary, filling in specified fields for proposed solutions. The document outlines the unit of measure and estimated quantities over the base year and four option years, indicating flexibility in use and pricing negotiations. There are numerous placeholders for potential vendor input, emphasizing the need for detailed proposals regarding pricing, delivery timelines, and compliance with standards. This RFP demonstrates the government's commitment to maintaining up-to-date medical equipment in healthcare settings. Overall, the RFP illustrates an organized proposal structure aimed at acquiring critical optical coherence technology while ensuring vendors respond in a consistent, comprehensive format to facilitate evaluation and selection.
The document outlines the contract administration and invoicing instructions for a contract related to the U.S. Department of Veterans Affairs (VA). Key points include the designation of contacts for both the contractor and government, stipulations for remittance addresses, and guidelines for submitting monthly invoices electronically to ensure compliance with the Improper Payment Elimination and Recovery Act. Contractors must submit invoices within 30 days of delivery and use approved electronic submission methods, specifically through the Tungsten network, for payment requests. Additionally, the document details terms and conditions governing the relationship between the contractor and the government, such as order limitations, evaluation and replacement of products, and the authority of designated Ordering Officers to place orders. Delivery requirements include specific documentation for shipments and the need for monthly and quarterly sales reporting. Overall, this document serves as a comprehensive guide for contractors to ensure proper contract execution and adherence to government regulations during the performance of their services, emphasizing structure, accountability, and electronic processes for efficiency and compliance.
The document outlines contract clauses related to service agreements for the Department of Veterans Affairs (VA), emphasizing mandatory disclosures and compliance with acquisition regulations. Section C details requirements for the Service Level Agreement (SLA) fee, stipulating a current rate of 3.0% embedded in contractor pricing, facilitating quarterly sales reports. Contractors must report all sales to authorized users, including the SLA fee, within 60 days of each quarter's end, with timely payments to the VA necessary to avoid penalties under federal law. Key Federal Acquisition Regulation (FAR) clauses are incorporated, addressing ethics, whistleblower protections, and small business considerations. Additional clauses cover ordering procedures, including minimum and maximum order limits, and the option to extend contract terms. Specific guidelines regarding documentation, equipment compliance, and prevention of gray market items ensure high standards in acquisitions. The document serves as a critical framework for managing contractor relationships and ensuring adherence to federal procurement guidelines, ultimately aimed at promoting transparency and accountability in contract execution.
The document outlines the contractor details and corresponding contract numbers for various Department of Veterans Affairs (VA) healthcare networks across the United States for fiscal year 2025. It lists healthcare facilities categorized by VA networks, including the New England, New York/New Jersey, Pittsburgh, Capitol, Mid-Atlantic, Southeast, Sunshine, MidSouth, Great Lakes, Heartland, and others. Each facility is identified by its specific contract number and location, providing a comprehensive view of the VA's reach and services. The report also indicates anticipated sales amounts, quantities sold, and pricing inclusive of Service Level Agreement (SLA) fees. Additionally, it emphasizes the total sales activities per quarter and outlines the sales goals. The document serves as a detailed representation of the contractual obligations and expected outputs within the VA healthcare framework, highlighting the importance of funded healthcare initiatives for veterans.
The document is an attachment titled "Past Performance Reference" related to the solicitation for NX EQ Scanning Systems using Laser Optical Coherence Tomography, specifically under the solicitation number 36C10G25R0002. It includes sections for detailing past performance information of the offeror or subcontractor, including contract specifics, performance descriptions, and associated contacts. Further, the file outlines the necessity for a comprehensive explanation of the work performed, particularly its relevance to the current solicitation's requirements. It mandates addressing any performance issues encountered, corrective actions taken, and the outcomes of those actions, especially if noted in CPARS/PPIRS reports. This structured format is critical in evaluating the past performance of contractors, which is a key component in government RFP processes, as it helps ensure that potential vendors meet quality and reliability standards necessary for federal grants and contracts. The document's emphasis on detailed reporting of relevant experiences underscores the importance of accountability and transparency in federal procurement activities.
The Past Performance Questionnaire for Solicitation No. 36C10G25R0002 pertains to the procurement of NX EQ Scanning Systems using the Zeiss Cirrus 6000 technology by the Department of Veterans Affairs (VA). The document outlines the process for evaluating the past performance of offerors proposing for this contract. Offerors are required to submit a maximum of five references from the past three years for assessment. Each reference must complete the questionnaire rating the offeror on categories such as Quality of Service, Cost Control, Timeliness of Performance, and Business Relations according to specified rating guidelines. Evaluators may contact references for additional insights. The completed questionnaire must be submitted via email by January 27, 2025. This process aims to ensure that the VA selects a reliable contractor with a proven track record of performance in related contracts, thereby upholding quality and efficiency standards in project execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically for the acquisition of medical imaging equipment under the National Acquisition Center (NAC). This procurement aims to enhance healthcare services for veterans by consolidating equipment purchases across various modalities, including ultrasound and radiographic systems. The selected vendors will be required to meet detailed technical specifications, provide comprehensive training for clinical staff, and ensure compliance with federal security standards. Interested parties must submit their offers by April 14, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
6525--BNOE GE Ultrasound
Buyer not available
The Department of Veterans Affairs is soliciting offers for a BNOE GE Ultrasound Machine intended for use in the OB/GYN department at the Mann-Grandstaff VA Medical Center. The procurement specifically requires the GE Voluson Signature 18 model along with related probes and accessories, emphasizing the need for compatibility with existing healthcare systems and advanced imaging technologies. This initiative underscores the government's commitment to enhancing healthcare services for veterans by ensuring access to high-quality medical equipment. Interested vendors must submit their proposals, including a signed SF 1449 form and technical specifications, by April 18, 2025, with delivery expected by July 31, 2025. For further inquiries, contact Contract Officer Tracy M Heath at tracy.heath@va.gov.
6515--600-25-2-441-0191 Otoscope-Earigator System
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide an Otoscope-Earigator System for the VA Long Beach Healthcare System. This procurement aims to identify sources capable of delivering a system that integrates otoscopy and irrigation functionalities, featuring automated temperature and pressure controls, single-person operation, short procedure durations, LED illumination, and a pain-free experience. The RFI is intended for information and planning purposes only, with responses due by April 11, 2025, to Contract Specialist Emiljan Golemi at emiljan.golemi@va.gov. Interested parties are encouraged to submit capabilities statements and feedback regarding the draft characteristics outlined in the notice.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
W065--6 Month Lease C-Arm XRAY System
Buyer not available
The Department of Veterans Affairs is seeking proposals for the rental of a Siemens Cios Alpha VA30 Portable C-Arm X-Ray System and a compatible imaging table to support ongoing Electrophysiology and Pacemaker procedures at the C.W. Bill Young Veterans Medical Center during renovations of existing facilities. This short-term lease is critical to ensure the continuity of essential medical services while the current Cath Lab Imaging System is being replaced. The procurement emphasizes compliance with federal regulations, including full-service support and specific invoicing guidelines, to maintain accountability and privacy standards. Interested vendors should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov for further details regarding the solicitation process.
6525--Cone Beam CT Scanner for Dental Clinic
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide a Cone Beam CT Scanner for the Dental Clinic at the Philadelphia VA Medical Center. The required capabilities include panoramic imaging, cone beam imaging, cephalometric imaging, image analysis software, and installation services. This procurement is crucial for enhancing dental care services for veterans, ensuring they receive high-quality imaging for diagnosis and treatment. Interested parties must respond by April 11, 2025, at 4:30 PM EST, and should contact Contract Specialist Nathan Lohr at nathan.lohr@va.gov for further inquiries, ensuring they are registered in the System for Award Management (SAM) database and meet the eligibility criteria for veteran-owned businesses.
J065--Laser Devices Preventative Maintence Service
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to award a sole-source contract for preventative maintenance services on laser devices to Acclarent Inc. This procurement aims to ensure the continued operation of precision laser systems, which are critical for providing timely medical care to veterans. The contract will be a Firm Fixed Price award for a one-year base period with four additional one-year option periods, emphasizing the importance of maintaining these essential medical devices. Interested parties may express their interest and capability to meet the requirements by April 14, 2025, at 12:00 PM PST, by contacting Contract Specialist Bruce Lundvall via email at bruce.lundvall@va.gov.
6515--Endoscopic probe
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of endoscopic probe reprocessing systems, as outlined in their recent request for proposals (RFP). The solicitation emphasizes the need for equipment that is compatible with existing VA machinery and meets specific sterilization requirements, while encouraging participation from small businesses, particularly Service-Disabled Veteran-Owned and Women-Owned Small Businesses. This procurement is crucial for enhancing healthcare technology within the VA system, ensuring compliance with federal acquisition regulations. Interested vendors should submit their proposals electronically and can contact Contracting Officer Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234 for further details.
Brand name or equal: point of care ultrasound system
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Point of Care Ultrasound System, specifically the FujiFilm Sonosite PX model, for the Philadelphia VA Healthcare System. The procurement emphasizes advanced imaging capabilities, portability, and compliance with cybersecurity standards, including built-in data encryption and secure data transmission. This equipment is crucial for enhancing healthcare technology and improving patient assessments in various medical fields. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must monitor GSA eBuy for the full solicitation, expected to be posted around April 15, 2025, and direct any inquiries to contract specialist Joanne Skaff at joanne.skaff@va.gov.
6520--36C25925Q0357| CEREC PRIMESCAN AC TP W STEEL SLEEVE
Buyer not available
The Department of Veterans Affairs is soliciting bids for the acquisition of a CEREC Primescan system along with training and sustainment services for the VA Eastern Colorado Health Care System located in Aurora, Colorado. This procurement aims to enhance dental care capabilities for veterans by providing high-precision 3D intraoral scanners and comprehensive training to ensure operational proficiency. The contract is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises, and requires submissions by April 16, 2025, at 16:00 Mountain Time. Interested vendors should direct their quotes via email to Contract Specialist Eric Adusei at eric.adusei@va.gov, and ensure compliance with all technical specifications and legal requirements outlined in the solicitation documents.