6515--NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
ID: 36C10G25R0002Type: Combined Synopsis/Solicitation
AwardedApr 9, 2025
AwardeePROAIM AMERICAS, LLC. ELLISVILLE 63011
Award #:36C10G25D0027
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.
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    Name Brand or Equal to: Zeiss IOL Master 700 with Total Keratometry License
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a Zeiss IOL Master 700 with Total Keratometry License, intended for use at the Atlanta VA Medical Center. This solicitation aims to replace an end-of-life unit in the Ophthalmology Department, which is critical for conducting cataract surgery eye exams. The successful contractor must provide an authorized distributor letter from the manufacturer along with their quote, and if offering equal products, descriptive literature must be included to demonstrate compatibility with existing systems. Interested vendors should contact Ashley Stewart at ashley.stewart4@va.gov for further details, as this opportunity does not have a set-aside and will evaluate domestic offers with a price preference during the selection process.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.