Nationwide Infusion Pump Requirement
ID: 36C24125R0070_1Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide infusion pump requirement, specifically to procure large volume infusion pumps, syringe pumps, patient-controlled analgesia (PCA) pumps, and associated software through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to enhance healthcare capabilities for veterans by ensuring the provision of FDA-approved medical devices that meet stringent safety, efficiency, and cybersecurity standards. The total contract value is estimated at a maximum of $100 million, with a minimum guarantee of $10,000, and the solicitation closing date has been extended to June 13, 2025, at 12:00 PM EST. Interested vendors can direct inquiries to Contracting Officer Brett Cook at brett.cook@va.gov or by phone at 727-366-0517.

    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for the replacement of its enterprise-wide infusion pump fleet, as outlined in solicitation #36C24125R0070. This project aims to procure large volume pumps, syringe pumps, patient-controlled analgesia (PCA) pumps, and associated software. The contract will be executed through indefinite-delivery indefinite-quantity (IDIQ) contracts, with a minimum guarantee of $10,000 and a maximum value of $100 million. The scope includes providing hardware, software, technical support, and training for the integration of new pumps into VA facilities. Key requirements specify that all pumps must be FDA-approved, include features for safety and efficiency, be easy to clean, and have robust alarm and reporting capabilities. The contract will also emphasize compliance with cybersecurity and information security standards, including adherence to VA Directive 6550. Interested companies are encouraged to submit proposals electronically while adhering to specified instructions by the established deadline. Questions may be directed to the contracting officers via email, and responses will be circulated as amendments to the solicitation. This solicitation reflects the VA's commitment to enhancing patient care through state-of-the-art infusion technologies and improving operational efficiencies across its healthcare facilities.
    The document pertains to the Amendment 0001 of the National Infusion Pump Requirement solicitation, issued by the Department of Veterans Affairs. The amendment outlines key revisions made to the original combined solicitation as follows: first, it replaces Sections D, H, and I of the Statement of Work (SOW) with an updated version; second, it revises the Instructions to Offerors and Evaluation criteria by removing certain "integrate" language from FAR 52.212-1 and FAR 52.212-2, respectively. Additionally, it addresses queries received before the deadline specified in the original solicitation. Attached documents include the revised SOW and updated instructions for offerors, alongside a Q&A section. The changes aim to clarify the requirements and instructions for potential bidders, ensuring a refined solicitation process for the procurement of infusion pumps for the Veterans Health Administration. The response to this solicitation is due by June 9, 2025, at 5:00 PM Eastern Time.
    This document is an amendment to a previous solicitation concerning the National Infusion Pump Requirement by the Department of Veterans Affairs (VA). The purpose of Amendment 0002 is to extend the solicitation closing date to June 11, 2025, at 5:00 PM Eastern Time. The solicitation number is 36C24125R0070, and it is associated with product service code 6515, under NAICS code 339112. The contracting office is located in Augusta, Maine, and the point of contact for this request is Brett Cook. Additional details specify that this solicitation is not utilizing Recovery Act funds and is not set aside for specific business categories. The documentation reflects standard procedures in federal contracting practices, highlighting the government's operational oversight and transparency in public procurement processes.
    This document is an amendment to a prior combined solicitation regarding the National Infusion Pump Requirement, issued by the Department of Veterans Affairs (VA). The contracting office, located in Augusta, ME, has extended the solicitation closing date to June 13, 2025, at 12:00 PM EDT. The purpose of Amendment 0003 includes responding to follow-up questions regarding previous Amendments and indicates that no further inquiries will be addressed. Additionally, the document provides critical administrative details, such as the solicitation number (36C24125R0070), and relevant NAICS and product service codes. The amendment aims to clarify expectations and timelines for potential vendors interested in providing infusion pump products and services to the VA. All responses will be archived 60 days after the deadline, ensuring adherence to procurement and contracting protocols within federal guidelines. The primary contact for this request is Contracting Officer Brett Cook, who is available for any direct inquiries via email or phone.
    The file relates to a Request for Proposals (RFP) from the VA regarding infusion pumps and associated medical devices, specifically addressing questions from potential offerors. Central to the inquiry are requirements for compliance with FDA regulations, FIPS certification for wireless devices, and the definition of "useful life" for medical equipment. Key points include the verification of FIPS certification numbers via NIST, the requirement of FDA 510(k) clearances for any modifications in devices, and the need for ongoing support through the devices' useful life. The VA established a maximum order ceiling of $100 million based on independent cost estimations tied to expected needs over a five-year period. Offerors are encouraged to consider OEM standards for device maintenance and serviceability and must provide evidence of devices being validated by Oracle Health's CareAware Platform. Moreover, the VA clarified that IV stands are not mandatory but priced separately if necessary. The document emphasizes technical specifications and compliance to ensure the reliability and safety of medical devices as essential elements in future procurement. The overall aim is to maintain high standards of healthcare delivery through well-regulated and supported medical technology.
    This addendum outlines the requirements for offerors submitting proposals for a medical device integration project involving infusion pump systems for VA medical facilities. Key submissions include an executive summary, FDA clearance evidence, validation documentation by Oracle Health’s CareAware Platform, and comprehensive product information such as brochures and technical specifications. Offerors must also provide detailed project implementation and training plans focusing on installation and operational milestones, along with identification of potential schedule risks and mitigation strategies. Additional documentation required includes compliance with VA Directive 6550, completion of a MDS2 Worksheet, a commercial warranty, a pricing worksheet with firm-fixed pricing, and a subcontracting plan involving SDVOSB/VOSB partners. The addendum emphasizes the necessity for detailed, organized submissions that meet federal requirements, ensuring that all proposed solutions are adequately vetted for efficacy before contract awards, thus fostering a competitive and transparent bidding process in line with government standards.
    The document outlines the evaluation process for proposals submitted in response to a solicitation for Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts related to the implementation of an infusion pump system at VA medical facilities. Proposals will be assessed using tradeoff procedures, with the Government prioritizing Technical Acceptability, Capability, Veterans Preference, and Price factors. The evaluation will start with a Technical Acceptability standard; proposals that fail to meet minimum requirements will be deemed unacceptable. For those that qualify, the Capability Factor, focusing on project implementation, training plans, and warranty length, will be assessed alongside the Veterans Preference Factor, which evaluates the offeror’s status as a service-disabled veteran-owned or veteran-owned small business, and their use of eligible subcontractors. Lastly, Price Factor evaluation will determine the proposed total prices for reasonableness. The Government retains the discretion to award contracts to offerors other than the lowest-priced ones if deemed advantageous. This evaluation structure aims to ensure that contracts awarded serve the best interest of the Government while supporting veteran-owned businesses in the procurement process.
    The Statement of Work (SOW) outlines the requirements for providing large volume infusion pumps, syringe pumps, and patient-controlled analgesia (PCA) pumps to the Department of Veterans Affairs (VA). The contractor is responsible for supplying necessary hardware, software, and professional services, including installation, integration with existing systems, and user training to ensure safe operation. The contract spans a five-year period. Key technical specifications include FDA approval, long-term availability of parts and support, user-friendly displays, customizable alarm settings, anti-tampering features, wireless transmission of infusion libraries, and data reporting capabilities. The document emphasizes compliance with information security regulations, including adherence to VA Handbook guidelines and incident reporting requirements. Training for clinical and biomedical personnel is mandatory, encompassing education on both equipment operation and maintenance procedures. The contractor must facilitate project management and provide detailed implementation reports. This procurement strategy aims to enhance the quality of care for veterans while ensuring efficient project implementation, robust training, and compliance with regulatory standards within the context of government contracts and federal grants.
    The document outlines responses to offeror inquiries related to a Request for Proposals (RFP) for infusion pump devices from the VA, specifically addressing compliance requirements, technical acceptability, and regulatory standards such as FIPS certification and FDA clearance. Key points include the stipulation that for devices using 802.11 wireless networking, complete FIPS certification is required before orders under a delivery order can be fulfilled, while some partial compliance may achieve eligibility for the Indefinite Delivery Indefinite Quantity (IDIQ) award. The VA addressed concerns regarding device repairs, the definition of useful life, and whether modifications could occur if devices became unsupported. There is a refusal to amend the RFP to introduce additional terms such as wired connections for Syringe Pumps. This highlights a commitment to specified standards and competitive procurement processes, emphasizing that all devices must meet minimum operational and safety requirements. The document also emphasizes fairness and transparency in evaluations and modifications related to contracts, ensuring that contract administration issues will be managed as they arise. Overall, it demonstrates the VA's efforts to uphold stringent regulatory compliance while navigating complex procurement challenges in the healthcare technology sector.
    The document outlines a Request for Proposal (RFP) for a National Infusion Pump Indefinite Delivery Indefinite Quantity (IDIQ) contract. It calls for vendors to submit ceiling prices for various infusion system components, including large volume infusion pumps, syringe pumps, and patient-controlled analgesia pumps, along with software licenses and professional services. Vendors are required to provide pricing forms tailored to their specific systems, ensuring that each proposal aligns with the statement of work. The pricing table indicates that all items are currently listed at $0.00, allowing for future individual price quotes during the ordering process. Additionally, the document notes that offerors can adjust the pricing structure to accommodate different manufacturer configurations. The emphasis is on presenting comprehensive offering details to facilitate evaluation and comparison during the procurement process. This RFP is significant as it aims to enhance healthcare capabilities through improved infusion pump technology, emphasizing competitive pricing and adaptability in vendor proposals.
    The document outlines the Manufacturer Disclosure Statement for Medical Device Security (MDS2) provided by ACME. It details a series of questions covering essential security aspects for medical devices, specifically focused on data privacy, cybersecurity measures, and personally identifiable information (PII) management. Key sections address whether the device operates with an operating system, vulnerability disclosure protocols, audit capabilities, malware protection, and authorization controls. It highlights the need for robust mechanisms for managing personally identifiable information, including its display, storage, and transmission. Additionally, there are extensive guidelines to ensure data integrity, encrypted communications, and comprehensive operational security. The structured format includes multiple checklists prompting manufacturers to divulge security policies regarding software updates, emergency access for data retrieval, and third-party component management in compliance with federal and state regulations. This document is crucial for evaluating medical devices during RFPs and grants, ensuring adherence to cybersecurity standards and protecting patient information effectively.
    The VA Directive 6550 Appendix A outlines a comprehensive evaluation process for procuring network-connected medical devices, emphasizing the need for stringent cybersecurity and compliance standards. It specifies critical information required for all procurements, including device specifications, manufacturer details, operating system support, wireless connectivity certifications, and existing risk analyses. Key areas of focus include ensuring devices use supported operating systems, comply with FIPS 140-2 or 140-3 for wireless networking, and support automated patching and two-factor authentication. The document highlights the importance of maintaining data security, particularly for devices storing sensitive information, and mandates detailed device descriptions, encryption practices, and connectivity requirements. Additionally, it addresses the necessity for devices to integrate with existing VA systems, particularly EHRM interfaces, demonstrating the VA's commitment to secure and effective healthcare technology management. Approval from necessary stakeholders is required throughout the procurement process to mitigate risks associated with cybersecurity and data integrity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ Extracorporeal Perfusion Pumps
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Extracorporeal Perfusion Pumps, specifically Terumo® brand or equivalent, under solicitation number 36C10G25Q0056. This procurement aims to secure essential medical devices for use in VA Medical Centers nationwide, with a focus on functionality for heart-lung bypass procedures and compliance with safety standards. The contract includes a base period of 12 months with four optional 12-month extensions, emphasizing the importance of past performance and technical capability in the evaluation process. Interested vendors must submit their proposals by June 26, 2025, and can direct inquiries to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    R425--Unrestricted - Infusion Pump Library Software. Alaris Software. 436
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for enhancements to the Infusion Pump Library Software through solicitation number 36C25925Q0475, aimed at supporting the Fort Harrison VA Medical Center in Montana. The procurement involves establishing a connection between existing Becton Dickson Alaris Infusion Controllers and the Alaris Infusion Pump Server, requiring the provision of a software license, configuration fees for a new drug library, and training for local staff. This initiative is critical for improving patient care and ensuring compliance with stringent information security protocols, as contractors must adhere to federal laws regarding data protection and incident response. Interested parties must submit their offers by June 20, 2025, to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov, with all inquiries directed by June 13, 2025.
    6515--Kangaroo Enteral Feeding Pumps
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of Kangaroo Omni Enteral Feeding Pumps and associated feeding sets to replace aging equipment at the Harry Truman Memorial Veterans Hospital. This procurement aims to enhance operational efficiency and ensure patient safety by providing modern, reliable feeding pumps that feature continuous feeding functionality, ease of programming, quiet operation, and a user-friendly interface. The contract is set aside for small businesses, requiring vendors to be authorized distributors and to submit proof with their quotes, with a total of 70 feeding pumps and supplies to be delivered within 30 days after receipt of order. Interested vendors should contact Contract Specialist Heather D Strouhal at heather.strouhal@va.gov for further details regarding the submission process.
    J065--Infusion Pump Software Maintenance - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for a five-year contract focused on software maintenance for Alaris infusion systems at the Southern Arizona VA Health Care System (SAVAHCS) in Tucson, Arizona. This Sources Sought Notice aims to identify capable Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small business entities that can provide essential software management services, including software enhancements, technical support, training for clinical staff, and emergency repair services. The contract is critical for maintaining operational efficiency and compliance with security standards, reflecting the VA's commitment to enhancing healthcare delivery while promoting small business participation in federal contracting. Interested parties must submit their qualifications and OEM authorization documentation to Koby Thiel at Koby.Thiel@va.gov by 8:00 AM PST on June 19, 2025, with the anticipated period of performance running from October 1, 2025, through September 30, 2030.
    6835--VISN 16 - Medical Gases
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply medical gases for the Veterans Integrated Service Network (VISN) 16. The procurement aims to provide, fill, and maintain medical gases across multiple VA facilities, ensuring compliance with federal regulations and safety standards. This contract is crucial for supporting the healthcare needs of veterans, with a minimum guarantee of $25,000 and a ceiling of $6,975,000 over a five-year period from August 30, 2025, to August 29, 2030. Interested vendors must submit their proposals by June 20, 2025, to the Contracting Officer, Charles J Morin, at Charles.Morin@va.gov.
    6505--Ustekinumab or Biosimilar Syringes/Vials
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) 36E79725R0045 for the procurement of Ustekinumab syringes and vials, aimed at ensuring a reliable supply for the VA, Department of Defense (DoD), and other federal health services. Offerors are required to provide specific drug names along with unique National Drug Code (NDC) numbers, and must ensure that no labels are placed over existing product labels. This procurement is critical for maintaining consistent access to these biologic medications, which are essential for patient care within the federal health system. The solicitation is expected to be available electronically on or around July 3, 2025, with proposals due by July 17, 2025; interested parties can direct inquiries to Chris Carthron at christopher.carthron@va.gov or by phone at (708) 786-4980.
    6515--Direct-to-Patient Delivery Service of Medical/Surgical Supplies | B+4 OYS | 10012025-09302026
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Direct-to-Patient delivery services for medical and surgical supplies as part of a multi-year contract for the San Francisco Healthcare System. The procurement aims to ensure timely access to essential medical supplies, with a requirement for a comprehensive catalog of at least 20,000 items, a minimum fill rate of 97%, and delivery within 2-3 business days. This initiative is critical for maintaining high standards of patient care and compliance with federal regulations regarding information security and privacy. Interested parties should contact Contract Specialist Mathew B Czeshinski at Mathew.Czeshinski@va.gov, with a guaranteed minimum contract value of $10,000 and a maximum ceiling of $4,250,000, with proposals due by June 18, 2025.
    J065--Steris V-Pro Max Maintenance | Base 4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service contract focused on the preventative and corrective maintenance of Steris V-PRO MAX and Medivator Advantage Plus systems at the Cincinnati VA Medical Center. The contract, valued at $34 million, aims to ensure timely maintenance services, including a four-hour response time for initial contact and 48 hours for on-site service for unscheduled calls, with preventive maintenance required at least annually per manufacturer specifications. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in healthcare settings. Interested contractors should reach out to Contract Specialist Michael E Groneman at Michael.Groneman@va.gov, with the contract period running from June 25, 2025, to June 24, 2026, and options for four additional one-year extensions.
    6525--MAR 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of equipment under the solicitation titled "6525--MAR 2025 Equipment Only Consolidation." This initiative aims to consolidate the acquisition of medical imaging equipment, specifically targeting vendors with existing contracts for specified equipment types with the VA National Acquisition Center or the Defense Logistics Agency. The procurement process is critical for ensuring that the VA facilities are equipped with high-quality imaging technology to enhance healthcare delivery for veterans. Interested vendors must submit their offers by July 9, 2025, with a target award date set for November 10, 2025. For further inquiries, vendors can contact Teresa Rogofsky, the Contracting Officer, at teresa.rogofsky@va.gov.
    R612--SUBSCRIPTION SOFTWARE CONTRACT
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a subscription software contract to procure Volpara Health software, aimed at enhancing breast health services at the Overton Brooks VA Medical Center. The contract includes the installation, training, and ongoing support for the software, which is essential for improving mammography services for veterans and addressing service gaps associated with external facilities. This procurement is particularly significant as it reflects the VA's commitment to leveraging technology to improve healthcare access for veterans, with a total budget of $47 million allocated for this initiative. Interested vendors should direct inquiries to Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov, and adhere to the specified deadlines for proposal submissions and past performance references.