6515--Endoscope Kit, mounting hardware and cart drying system 36C252-25-AP-3202
ID: 36C25225Q0628Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for an endoscope drying kit and associated equipment through a combined synopsis/solicitation (RFQ 36C25225Q0628). This procurement, set aside for small businesses, aims to fulfill a one-time purchase of specific medical products, including the Dri-Scope Aid Jet-Stream Kit and a Jet~Cart Drying System, which are essential for the maintenance and operational efficiency of surgical instruments. Interested vendors must submit their quotations by 10:00 a.m. Central Standard Time on August 5, 2025, ensuring compliance with federal regulations and providing necessary documentation, including verification as authorized resellers. For further inquiries, vendors can contact Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.

    Point(s) of Contact
    rebecca.picchi@va.govRebecca Picchi
    (414) 844-4800
    rebecca.picchi@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for an endoscope drying kit and related equipment through a combined synopsis/solicitation (RFP 36C25225Q0628). This procurement, set aside for small businesses, aims to purchase a one-time supply of specific medical products, including the Dri-Scope Aid Jet-Stream Kit, a Jet~Cart Drying System, and various mounting hardware. The items, essential for the maintenance of surgical instruments, must meet specified characteristics, such as HEPA filtration and capacity for simultaneous drying of two scopes. Interested vendors are required to submit quotations by August 7, 2025, detailing their adherence to terms and providing verification as authorized resellers. Award decisions will focus on technical quality, veterans' involvement, price, and delivery speed, with a preference for the most advantageous offer to the government. The announcement emphasizes the importance of complying with federal regulations and the necessity for complete submission documentation to be considered for the contract. The ultimate goal is to enhance the operational capabilities of the Jesse Brown Veterans Affairs Medical Center in Chicago, IL.
    The document outlines tailored instructions for offerors of commercial products and services under the Federal Acquisition Regulation (FAR) 52.212-1. Its purpose is to guide potential quoters (bidders) in submitting their proposals effectively during simplified acquisition procedures. Key components include compliance with NAICS codes and small business standards, submission requirements consisting of specific information like solicitation details, technical descriptions, warranty terms, and pricing. Quoters must ensure their proposals are timely, with late submissions potentially rejected unless deemed necessary for the acquisition process. The document encourages multiple quotes for alternative products or services, and outlines that the government may award purchase orders to multiple quoters based on their bids. Further provisions explain the requirements for unique entity identification (UEI), past performance considerations, and the availability of specification documents. Ultimately, this guidance ensures that federal procurement processes remain efficient, transparent, and accessible to a diverse range of businesses while maintaining a focus on compliance with applicable regulations and standards.
    The document outlines the evaluation criteria for government solicitations related to commercial products and services, effective from February 1, 2022. It specifies that the government aims to award a purchase order to the responsible quoter whose submission is most advantageous, taking into account price and other essential factors: technical quality, veterans' involvement, price, and delivery speed. Quotations will be compared using a comparative evaluation process, with the government retaining the right to select bids that offer added benefits beyond the lowest price. Technical quality is assessed based on compliance with solicitation requirements and the provision of authorized distributor letters for brand name products. The document also emphasizes the importance of veteran-owned businesses, requiring prime contractors to be registered in the VetBiz database and to disclose any intentions to subcontract to service-disabled and veteran-owned small businesses. Price evaluation entails summing all line-item prices, while speed of delivery focuses on estimated procurement timelines. Overall, the framework aims to support government procurement goals while ensuring inclusivity for veteran-owned entities.
    The document outlines the requirements of the Buy American Certificate as part of federal solicitation processes. It mandates that the Offeror certifies their end products as domestic, with exceptions for certain foreign goods listed separately. Additionally, Offerors must detail whether foreign products exceed 55% domestic content if they do not consist predominantly of iron or steel. Critical components must be identified within domestic offerings, and definitions for key terms are referenced, including 'critical component' and 'commercially available off-the-shelf (COTS) items'. The government will assess offers in accordance with the Federal Acquisition Regulation policies, ensuring compliance with domestic manufacturing requirements. This certificate plays a critical role in promoting domestic industry through procurement policies in federal contracts, setting clear guidelines for Offerors on product sourcing and content evaluation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6640--Lab Dishwasher
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a laboratory dishwasher, specifically a Brand Name or equal to the Steris Reliance 400XL Dishwasher, as part of a Sources Sought Notice (Solicitation Number: 36C26326Q0181). The procurement includes a single-door, steam-heated unit with essential features such as a heat recovery system, color touch screen programmable logic controller, HEPA-filtered drying, and various safety mechanisms, along with additional components like a non-vented drying system and a transfer cart. This specialized equipment is crucial for maintaining cleanliness and sterilization in laboratory environments, ensuring compliance with the Buy American Act, which requires vendors to specify the place of manufacture. Interested parties must submit their responses by December 10, 2025, at 4:00 PM Central Time, and can contact Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or 319-688-3631 for further information.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    W065--Scope Lease and Service
    Buyer not available
    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.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) 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 combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    6520--691-Dental Instrumentation Kits
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified vendors to provide Dental Instrumentation Kits, including Hygiene, Restorative, Endo, Endo Spreader, and Assorted Instrument Kits, for the VA Greater Los Angeles Healthcare System. These kits are essential for assisting surgeons in performing dental procedures aimed at restoring knee operations for patients. This procurement is a firm-fixed price, short-term contract, and responses to the sources sought notice are due by December 11, 2025, at 10:00 AM Pacific Time. Interested vendors should contact Contracting Officer Jonathan C. Ford via email at Jonathan.Ford1@va.gov for further information and must comply with the Non-Manufacturer Rule and Buy American Act requirements.
    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.
    6525--TIMS 2000 SP Mobile Cart Package (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TIMS 2000 SP Mobile Cart Package, specifically requiring brand name products along with related accessories and software. This acquisition is set aside exclusively for small businesses, with a focus on the surgical and medical instrument manufacturing sector, as indicated by the NAICS code 339112. The mobile cart package is essential for enhancing medical imaging capabilities within the healthcare system. Interested vendors must submit their offers by December 12, 2025, at 15:00 CST, with delivery to the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. For further inquiries, potential bidders can contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    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.