6515--BIPAP V60 REPLACEMENT FOR CLARKSBURG VAMC "BRAND NAME OR EQUAL TO NIHON KOHDEN IAW SOW". MUST PROVIDE OEM AUTHORIZED DISTRIBUTOR LETTER. MUST COMPLETE BUY AMERICAN CERTIFICATE.
ID: 36C24525Q0399Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The U.S. Department of Veterans Affairs is soliciting quotes for the replacement of BIPAP V60 non-invasive positive pressure ventilators at the Clarksburg VA Medical Center, specifically seeking "Brand Name or Equal to Nihon Kohden" in accordance with a detailed Statement of Work (SOW). The procurement includes the provision of all necessary accessories, installation, software licenses, and training, with a delivery timeline of 90 days post-award. This equipment is critical for enhancing patient care and ensuring compliance with federal healthcare standards. Interested vendors must submit their quotations by March 25, 2025, at 3:00 PM Eastern Time, and are required to provide proof of OEM authorization and complete the Buy American Certificate. For inquiries, contact Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting quotes for the replacement of the BIPAP V60 equipment at the Clarksburg VA Medical Center, referring to “Brand Name or Equal to Nihon Kohden” in accordance with a Statement of Work (SOW). The request for quotations (RFQ) is open to all businesses and is anticipated to result in a firm-fixed price purchase order. Interested vendors must provide proof of being an OEM authorized distributor, complete the Buy American Certificate, and comply with other quotation requirements outlined in the solicitation. Quotations are due by March 25, 2025, at 3:00 PM Eastern Time, with delivery expected within 90 days post-award. The evaluation will focus on determining the most advantageous offers based on price and capability. Offerors are encouraged to submit complete and well-detailed quotes to ensure the best evaluation outcome. Any questions regarding this solicitation should be directed to Contract Specialist Mohsin Abbas via email. This document serves to ensure transparency and adherence to federal contracting regulations, promoting competition while serving the needs of the Veterans Affairs healthcare system.
    The document outlines a Request for Proposal (RFP) by the U.S. Department of Veterans Affairs for the acquisition and installation of eight BIPAP V60 non-invasive positive pressure ventilators and associated equipment for the Louis A. Johnson VA Medical Center. The procurement will cover all necessary accessories, software, installation, and training, with a performance period of 90 days post-award. Key requirements include provision of OEM authorization, compliance with safety and privacy standards, and adherence to the Buy American Act. The offer must include a comprehensive quote in response to detailed specifications that emphasize functionality, compatibility, and patient health information security. The VA seeks a contractor who can deliver quality equipment, including adequate warranty coverage and timely response to service requests. The contracting officer, Mohsin Abbas, will manage the solicitation process. This RFP is part of the VA's commitment to enhance medical services and patient care within federal health facilities while ensuring compliance with legislation and regulations governing procurement. Compliance with federal security and privacy regulations is critical, particularly concerning the handling of sensitive patient data throughout the contract's duration.
    The federal government document outlines a price/cost schedule for various medical supplies and services required, specifically focusing on products from Nihon Kohden. The schedule includes detailed entries for six items: comprehensive NKV330 trolleys, transport NKV330 trolleys, and NPPV CapONE masks in different sizes, alongside a biomed training service. Each item specifies quantity, unit, description, manufacturer part number, and local stock number, all aligned with the NAICS code 339112 for surgical and medical instrument manufacturing and the product/service code 6515 for medical instruments and supplies. Importantly, it necessitates procurement of "brand name or equal" to Nihon Kohden, adhering to the Statement of Work (SOW). The absence of unit prices and total amounts suggests further evaluation is required before finalizing bids, highlighting the document's intent as a Request for Proposals (RFP) aimed at soliciting responses from potential suppliers for these essential medical items.
    The Statement of Work (SOW) outlines the requirements for replacing eight non-invasive positive pressure ventilators at the Louis A. Johnson VAMC with the NKV-330 Ventilator System or equivalent. The procurement includes all necessary accessories, installation, software licenses, and training, to be delivered within 90 days of contract award. Key specifications detail the features of the ventilators, including dual HEPA filtration, multiple ventilation modes, heated high flow nasal cannula capability, and integrated monitoring systems. The contractor must ensure full installation, user training for staff, and provide warranty support for one year post-installation, including maintenance and repair obligations. The contract emphasizes adherence to federal regulations concerning records management and requires compliance with safety protocols while on site. Quality assurance measures and documentation processes are also outlined to ensure the systems function correctly and meet operational standards. This SOW reflects the government's need to maintain high-quality medical equipment and services within its healthcare facilities.
    The document appears to be a corrupted or unreadable file, containing random characters and symbols, which makes it impossible to extract coherent information regarding its topic, key ideas, or structure. Due to the illegibility of the content, no meaningful summary can be produced. It is essential for the file to be accessible and structured properly for analysis related to federal government RFPs, grants, or state and local requests for proposals. The expected purpose of such documents typically includes providing guidelines, funding opportunities for projects, and facilitating procurement processes in government contexts. However, the current format presents significant challenges in fulfilling this analysis.
    The VAAR 852.212-71 outlines strict procurement guidelines for government contracts regarding supplies and equipment. It mandates that all items provided must be new and from Original Equipment Manufacturers (OEMs), prohibiting the supply of used, refurbished, or remanufactured goods. The clause emphasizes the rejection of gray market products, defined as OEM goods sold outside authorized channels. Additionally, counterfeit items are strictly prohibited, which encompasses unauthorized reproductions or misrepresented products. Vendors must be verified as OEMs, authorized dealers, or distributors, and are required to present documentation, such as an authorization letter, to substantiate their status. Compliance with OEM terms and conditions for software licenses, warranties, and services associated with the equipment is also a prerequisite. Overall, this clause is designed to ensure that only legitimate, high-quality products are procured for government use, thereby safeguarding against fraud and ensuring product integrity.
    Similar Opportunities
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    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.
    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.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    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.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    Home Sleep Apnea Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    6530--BNOE Baxter Progressa ICU Beds
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Baxter Progressa ICU Beds for the Boise VA Medical Center in Idaho. This Sources Sought Notice aims to gather information on the availability and capabilities of potential suppliers, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses, to fulfill the requirement for 14 ICU beds with specific features. The procurement is crucial for enhancing patient care in the ICU, ensuring that the beds meet advanced medical standards and functionalities. Interested vendors must submit their capability statements and a courtesy market research quote to Tracy Heath at tracy.heath@va.gov by 3:00 PM PST on December 15, 2025, as this is not a request for a quote and no solicitation is currently available.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.