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
    6515--ODYSSEY IMAGER
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential suppliers regarding the procurement of an Odyssey Imager for the VA Loma Linda Healthcare System in California. This Request for Information (RFI) aims to gather insights on a brand-name product from LI-COR Biotech, which includes specifications for two laser systems, extended warranties, and performance features such as imaging resolution and data storage capacity. The initiative underscores the VA's commitment to enhancing healthcare services through advanced medical imaging technology. Interested parties must submit their responses by February 24, 2025, at 9:00 AM Pacific Time, and can direct inquiries to Carlo Manuel at carlo.manuel@va.gov.
    6525--SEP 2024 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of high-tech medical equipment (HTME) with extended installation services, specifically focusing on turnkey solutions for various VA facilities. The objective is to enhance healthcare delivery through the acquisition of advanced imaging technology, including digital radiography systems and computed tomography (CT) scanners, which are critical for improving diagnostic capabilities and patient care for veterans. This initiative underscores the VA's commitment to modernizing its medical infrastructure to meet the growing demands of healthcare services while ensuring compliance with federal standards. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.
    6515--528-25-2-6085-0021 / ScriptPro - Eyecon Model 9420 & Barcode Scanners for Bath & Canandaigua
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Quotations (RFQ) for the procurement of ScriptPro's Eyecon Model 9420 and barcode scanners for use at the Bath and Canandaigua VA Medical Centers. This procurement aims to enhance pharmacy operations by improving medication management and reducing human errors through accurate drug verification and inventory tracking. The estimated contract value is $25,224.96, with a contract period running from early March 2025 to late August 2025. Interested vendors must submit their responses by February 19, 2025, at 12 PM Eastern Time, and can contact Contract Specialist Erskine Shoulars at Erskine.Shoulars@va.gov for further information.
    6515--SDVOSB SET ASIDE Brand name or Equal to Stryker Endoscopic Video 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 brand name or equal to the Stryker Endoscopic Video System, as outlined in solicitation number 36C26025Q0241. The required system includes advanced imaging capabilities such as 4K resolution, infrared visualization, LED lighting with safe light technology, and a CO2 conditioning insufflator, along with a high-definition photo printer and 32-inch OLED monitors with Picture-in-Picture functionality. This procurement aims to enhance healthcare delivery at the Spokane VA Medical Center through cutting-edge medical imaging technology, ensuring accurate diagnostics and efficient patient data management. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Contracting Specialist Andrew Barrow at Andrew.Barrow@va.gov, with a deadline for questions set for February 19, 2025.
    6515--Karl Storz Endoscopy Lease with Service Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract to lease Karl Storz endoscopic equipment along with comprehensive service support for the Tennessee Valley Healthcare System. The contract aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) agreement that spans five years, focusing on the provision of high-definition imaging technology and minimally invasive surgical tools, which are critical for enhancing patient care in veteran healthcare facilities. Interested contractors must ensure compliance with federal regulations, maintain equipment per manufacturer specifications, and provide onsite specialists for operational support and training. For further inquiries, potential bidders can contact Contracting Officer Robert Pitre at robert.pitre@va.gov or by phone at 615-225-5978.
    6515--GI, ENT NEW IDIQ 5 year contract
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to submit quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the procurement of medical scopes for the Veterans Integrated Service Network (VISN) 22. This contract aims to establish a flexible procurement framework for high-quality, FDA-approved medical scopes, including those used in gastrointestinal and pulmonary procedures, with a guaranteed minimum value of $1,000 and a maximum potential value of $45 million over a five-year period. The selected contractor will be responsible for providing equipment that meets strict performance standards, including installation, training, and maintenance services, ensuring operational readiness across multiple healthcare facilities. Interested vendors must submit their proposals electronically by February 20, 2025, and can direct inquiries to Carlo Manuel at carlo.manuel@va.gov or by phone at 562-503-7111.
    6525--Automated Contrast Delivery System
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for an Automated Contrast Delivery System intended for the Phoenix VA Healthcare System. The procurement aims to identify suppliers capable of providing a contrast dye injector system that features programmability for contrast media administration, adjustable dosing, and the use of sterile components to prevent contamination. This initiative is crucial for enhancing medical services offered to veterans through advanced technology in imaging equipment. Interested parties must submit their capabilities statements and responses to the Request for Information by February 20, 2025, to Contract Specialist Nate Munson at nathan.munson@va.gov or by phone at 562-681-2951.
    Carl Zeiss Eye Equipment Maintenance and Repair
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and repair services for Carl Zeiss eye equipment at the VA Central Iowa Health Care System in Des Moines, Iowa. The procurement includes periodic maintenance, repairs, and parts replacement, with a focus on adhering to OEM standards and ensuring optimal equipment performance through scheduled preventive maintenance from May 15 to June 30 each year. This initiative is crucial for maintaining the reliability and safety of medical equipment, thereby supporting the VA's commitment to delivering high-quality healthcare services. Interested parties can contact Heather Soto at heather.soto@va.gov or 319-688-3513 for further details regarding the solicitation.
    NX EQ Heart-Lung Bypass Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.
    6515--SEPG #390166 Eyecon Pill counters (VA-25-00043833)
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the procurement of Eyecon Pill Counters, identified as SEPG 390166 (VA-25-00043833). This requirement is aimed at acquiring essential medical equipment to enhance the operational capabilities of the Department in providing care for veterans. The solicitation will be classified under Full and Open Competition, allowing unrestricted participation, with responses due by February 21, 2025, at 10:00 AM Central Time. Interested parties can direct inquiries to Contract Specialist Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.