Cadwell Easy III PSG System
ID: 36C25525Q0470Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

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 proposals from qualified vendors for the acquisition of two Cadwell Easy III polysomnography (PSG) systems and thirty-five Home Sleep Apnea Testing (HSAT) devices for the Robert J. Dole Veterans Affairs Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the diagnostic capabilities for sleep disorders among veterans by replacing outdated equipment. Vendors must provide installation, on-site clinical training, and ensure compliance with technical specifications, including a warranty and maintenance provisions. Interested parties should contact Tonesha King at tonesha.king@va.gov or by phone at 913-758-9911 x 69911, with proposals due by December 1, 2024, for installation of the equipment.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Request for Proposal (RFP) from the Department of Veterans Affairs for the acquisition of two Cadwell Easy III polysomnography (PSG) systems and thirty-three Home Sleep Apnea Testing (HSAT) devices for the Robert J. Dole Veterans Affairs Medical Center. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with strict evaluation criteria focused on offering the lowest price technically acceptable. Bidders must be registered in the System for Award Management (SAM) and certified with the Small Business Administration at the time of submission. The statement of work outlines requirements for equipment, installation, and vendor training, emphasizing the necessity for clinical applications training for staff and support documentation. The products must meet technical specifications compatible with existing systems and include provisions for warranty and maintenance. All proposals must adhere to federal contracting guidelines, including clauses on commercial services, quality, and the prohibition of gray market or counterfeit items. The overall objective of this RFP is to enhance diagnostic capabilities for sleep disorders among veterans while ensuring compliance with established procurement and operational standards.
    The document outlines an amendment for the procurement of new polysomnography (PSG) and Home Sleep Apnea Testing (HSAT) devices for the Robert J. Dole Veterans Affairs Medical Center (VAMC). The amendment corrects the quantity of HSAT devices from 33 to 35 and reaffirms that all other information remains unchanged. The purchase aims to replace outdated equipment that is no longer supported by the manufacturer, ensuring the Sleep Disorders Center can effectively serve veterans. The scope of work includes purchasing two Cadwell Easy III PSG systems and the thirty-five HSAT devices. The vendor will also provide necessary on-site clinical training, installation, and all acceptable software that is supported by the original manufacturer. Additionally, the proposal must include a Gerner compatibility statement, a warranty covering parts and labor for at least one year, and specifications for maintenance and service calls. Installation of the equipment is intended to occur by December 1, 2024, ensuring operational efficiency in providing diagnostics for sleep disorders at the facility. This document reflects the federal government's structured approach to health equipment procurement, emphasizing compliance with technical requirements, training, and vendor responsibilities to maintain quality service standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6515--Portable Sleep Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Pittsburgh Healthcare System, is seeking potential sources to provide 20 new portable sleep monitoring systems to aid in the diagnosis and treatment of sleep apnea. The procurement emphasizes the need for systems that can monitor various sleep parameters, including apnea episodes and oxygen levels, and must meet specific technical requirements, including integration with the VA Somnoware Sleep System and compliance with the VA Technical Reference Model. These systems are crucial for improving patient health by accurately diagnosing sleep apnea, which is linked to serious health complications. Interested vendors must submit their responses, including company details and capability information, via email to Contract Specialist Jeff Mann by December 11, 2025, at 12:00 PM Eastern Time, as this notice is for market research purposes only and no solicitation document is currently available.
    SLEEP STUDIES CLE
    Buyer not available
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    6515 - Digital Transcutaneous Monitor to Measure Blood Gases
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is soliciting bids for a Digital Transcutaneous Monitor to be utilized by the VA Pittsburgh Healthcare System's Sleep Lab. The procurement involves one new Carbon Dioxide (CO2) Digital Monitoring System, which must meet specific requirements for measuring transcutaneous oxygen and carbon dioxide tension, pulse rate, and vital signs, along with necessary installation services. This equipment is critical for conducting daily patient sleep studies, ensuring high-quality care for veterans. Interested small businesses must submit their proposals, including a Letter of Authorization from the Original Equipment Manufacturer (OEM), by adhering to the solicitation guidelines available on the SAM.gov website. For inquiries, potential offerors can contact Nathan Lohr at nathan.lohr@va.gov or by phone at 412-628-3595.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.
    6515--PHOTHERAPY BOOTH
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24726Q0148) to identify potential vendors capable of supplying a Brand Name or Equal PHOTHERA 4800 PRO MAX phototherapy booth. The procurement aims to gather information on qualified sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other businesses, in relation to the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, which has a size standard of 1,000 employees. This phototherapy device is critical for providing effective treatment, requiring specific features such as dimensions that accommodate wheelchair access, at least 48 high-density UV lamps, patient-controlled fans, and an advanced control system with a touchscreen interface. Interested vendors must submit their responses by December 12, 2025, at 09:00 AM Eastern Time, via email to Darius Crane at darius.crane@va.gov, including necessary company information and details regarding their business size and capabilities.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.
    W065--VISN10 Home 02 Services (IN & MI)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the provision of Home Oxygen Services across various VA Medical Centers in Indiana and Michigan, under Solicitation Number 36C25025R0061. The contract aims to deliver comprehensive home oxygen and ventilation services, including the rental and supply of oxygen concentrators, cylinders, ventilators, and associated medical equipment for an estimated 5,000 beneficiaries. This initiative is crucial for ensuring that veterans receive timely and effective respiratory support, with services including delivery, setup, maintenance, and 24/7 emergency support. The contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses, with proposals due by December 12, 2025. Interested parties should contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further details.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.