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
    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
    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
    Similar Opportunities
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire advanced imaging equipment, specifically focusing on high-tech medical devices for the National Acquisition Center, with an emphasis on compliance with updated technical specifications and training requirements for clinical staff. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring improved diagnostic capabilities and operational efficiency within VA facilities. Interested vendors must submit their proposals by April 9, 2025, and direct any inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    J065--Equipment | PM&R Clinical - Nexcimer Laser Services | Philips | 646-25-2-068-0052
    Buyer not available
    The Department of Veterans Affairs is issuing a special notice for the procurement of equipment services related to the Nexcimer Laser, under solicitation number 36C24425Q0438. This opportunity aims to enhance clinical services in the field of Physical Medicine and Rehabilitation (PM&R) by ensuring the maintenance and repair of essential medical equipment. The services sought fall under the Product Service Code J065 and the NAICS Code 811210, highlighting the importance of reliable medical equipment in delivering quality healthcare to veterans. Interested parties should submit their responses by March 20, 2025, at 10:00 AM Eastern Time, and can reach Contract Specialist Sarah Kloecker at sarah.kloecker@va.gov or by phone at 814-738-3466 for further information.
    6515--Cardiology Optis Mobile
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an integration system for optical coherence tomography (OCT), fractional flow reserve (FFR), and resting full-cycle ratio (RFR) capabilities for the Cardiac Catheterization Lab at James A. Haley Veterans Hospital in Tampa, Florida. This procurement aims to enhance the lab's capacity to perform transcatheter aortic valve replacement (TAVR) procedures, thereby improving the assessment of arterial health and blood flow while reducing the need for surgical interventions. The selected contractor will be responsible for providing brand name or equivalent equipment, ensuring software compatibility, and delivering necessary training to hospital personnel upon installation, which must occur within 30 days of the purchase order. Interested parties must submit their bids by March 26, 2025, and can contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or 813-940-0316 for further inquiries.
    6525--MOZART IQ 3D SPECIMEN TOMOSYNTHESIS SYSTEM 36C252-25-AP-2003
    Buyer not available
    The Department of Veterans Affairs is seeking qualified businesses to respond to a Sources Sought Notice for the procurement of a Mozart IQ 3D Tomosynthesis System, identified by Solicitation Number 36C25225Q0328. This notice is intended for market research and planning purposes, inviting responses from authorized distributors under NAICS code 334517 (Irradiation Apparatus Manufacturing) and Product Service Code 6525. The equipment is crucial for medical imaging, enhancing diagnostic capabilities within the VA healthcare system. Interested vendors must demonstrate their status as authorized distributors and provide necessary company information, with responses due by March 14, 2025, at 3:00 PM Central Time. For further inquiries, vendors can contact Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.
    6515--Eyecon 9430 With Trade-Ins Brand Name or Equal to
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Eyecon 9430 equipment, with a focus on small business participation under solicitation number 36C26025Q0332. Vendors are required to provide quotes for two Eyecon units for both the Portland and Vancouver VA Medical Centers, including support and trade-in allowances for existing equipment. The Eyecon system is crucial for pharmaceutical counting and validation, featuring a 7” color LCD touch screen and integration capabilities with ScriptPro servers. Quotes must be submitted electronically by March 17, 2025, at 10:00 AM Pacific Time, and interested vendors should contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further details.
    6515--Optometry Refraction System
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the procurement of two Marco TRS-6100 Automated Refraction Systems and associated items, as outlined in their federal solicitation. This requirement is part of a total small business set-aside initiative, encouraging participation from small businesses, particularly those owned by women, veterans, and disadvantaged groups. The equipment is crucial for enhancing optometric services provided to veterans, ensuring they receive updated and effective medical care. Interested suppliers must submit their bids by the specified deadline, and all equipment must be delivered to the Boise VA Medical Center within 30 days of order receipt. For further inquiries, potential bidders can contact Darien Justice at darien.justice@va.gov.
    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.
    ENT MICROSCOPE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of ENT microscopes and associated equipment through a firm fixed-price acquisition. This Request for Proposal (RFP) specifically calls for brand name or equivalent products, particularly focusing on Leica brand optics and gear necessary for ENT surgical services, including components such as optical carriers, protective glasses, and floor stands. The procurement is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring compliance with federal small business standards. Interested vendors should direct inquiries to Debby Abraham at debby.abraham@va.gov, with proposals due by the specified deadline outlined in the RFP documentation.
    6515--MODUS X SEPG 367008 EER 207503
    Buyer not available
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm Fixed Price Order for the upgrade of the Synaptive Modus V robotic digital microscope system to the Modus X, specifically for the Portland VA Medical Center. This procurement is essential to ensure that the surgical equipment meets critical operational requirements, as the Modus X features advanced capabilities such as 3D zoom range, 4K cameras, and voice-controlled optics, which are vital for enhancing patient care during surgical procedures. Fidelis Sustainability Distribution LLC is the only authorized distributor for this proprietary technology, and the contract is anticipated to be awarded on March 13, 2025. Interested parties may contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922 for further information, noting that no competitive proposals will be solicited.
    DA10--Medicom Imagex Service Contract *BRAND NAME ONLY*
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Medicom Imagex Service Contract aimed at enhancing the electronic exchange of radiology imaging exams and reports for veterans seeking diagnostic services outside the VA, particularly under the Mission Act. The contract will focus on automating the transfer of medical images to reduce delays caused by physical media like CD-ROMs, while ensuring integration with existing VA technologies to facilitate bi-directional data exchange with community healthcare providers. This initiative is critical for improving the continuity of care for veterans and minimizing operational bottlenecks in accessing diagnostic imaging. Interested parties, especially service-disabled veteran-owned and small businesses, are encouraged to respond to this Sources Sought Notice for market research purposes, with further details available from Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-939-9281.