J065--Ultrasound Equipment Maintenance
ID: 36C25925Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the maintenance and repair of ultrasound equipment at the Cheyenne, Wyoming VA Medical Center and Loveland, Colorado outpatient clinic. The procurement includes comprehensive ultrasound preventative maintenance and repair services, with a contract period spanning one base year and four optional renewal years, from December 1, 2024, to November 30, 2029. This initiative is crucial for ensuring the operational efficiency and reliability of medical equipment used in veteran healthcare services. Interested vendors must submit their offers by November 12, 2024, and direct any inquiries to Contract Specialist Aaron Thurber at aaron.thurber@va.gov or by phone at 303-712-5745.

    Point(s) of Contact
    Aaron ThurberContract Specialist
    (303) 712-5745
    aaron.thurber@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Combined Synopsis/Solicitation (Solicitation No. 36C25925Q0017) for Ultrasound Preventative Maintenance and Repair services. This opportunity is reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and complies with Federal Acquisition Regulation (FAR) guidelines. The contract will cover a base year and four additional option years, with the performance period from December 1, 2024, to November 30, 2029. Interested businesses must provide quotes by November 12, 2024, detailing their pricing, technical approach, and past performance on similar contracts. Evaluation will focus on technical capability, price, and past performance, utilizing a comparative evaluation process. The contract supports the Cheyenne, Wyoming VA Medical Center and includes a requirement for registered vendors in the System for Award Management (SAM). Details such as submission instructions, required certifications, and additional information are outlined for potential bidders. This RFP emphasizes the government's commitment to utilizing veteran-owned small businesses while ensuring compliance with regulatory standards and quality care for veterans.
    The document details a Request for Proposal (RFP) regarding ultrasound equipment services, specifically focusing on preventative maintenance and repair for ultrasound devices and probes. It outlines a comprehensive list of line items, with 30 separate entries primarily centered on ultrasound probe maintenance. Each entry specifies the type of service required (preventative maintenance or repair) and includes information on quantities and contract periods. The contract spans from December 1, 2024, to November 30, 2025, with options for renewal through additional years, up to November 30, 2029. The principal North American Industry Classification System (NAICS) code cited is 811210, indicating a focus on electronic and precision equipment repair and maintenance services. This summary presents a structured overview of the requirements, timelines, and classifications essential for potential contractors to understand the scope of work and compliance requirements in responding to the RFP effectively.
    The Statement of Work for Ultrasound Equipment Service outlines the responsibilities of the contractor for maintaining ultrasound equipment at VA Medical Facilities in Cheyenne, Wyoming, and Loveland, Colorado. The contractor must provide comprehensive maintenance, including preventive and emergency repairs, using certified Field Service Engineers proficient with specified ultrasound models. Regular maintenance is required biannually, while unscheduled maintenance must be approved by designated officials. All services should be documented in detail, including descriptions of work performed, equipment details, and associated costs. Equipment is accepted in its "as is" condition, and the contractor must ensure all test equipment is properly calibrated. The document emphasizes adherence to VA regulations regarding contractor conduct on premises. This project reflects the government's commitment to quality healthcare equipment service, ensuring optimal functionality and compliance with industry standards.
    The document provides a comprehensive inventory of ultrasound equipment located at various VA facilities, specifically the Cheyenne VAMC, Northern Colorado VA Outpatient Clinic, and Loveland VA Outpatient Clinic. It lists multiple ultrasound machines, including models such as Logiq E BT12, Logiq P9, and VIVID E95, along with their associated serial numbers and probe models. Each facility's inventory is detailed distinctly, enabling tracking of equipment and facilitating maintenance or updates as necessary. The structured format presents a clear organization of device details by location, ensuring easy access to critical asset information. This compilation supports potential government RFPs and grants focused on medical equipment management, enhancing operational efficiency within VA healthcare services.
    The document outlines the certification requirements under FAR 52.222-48 for contractors regarding the Service Contract Labor Standards (SCLS) exemption for maintenance, calibration, or repair of specific equipment. Offerors must certify that the equipment is also utilized for non-Government purposes, that services are provided based on established catalog or market prices, and that employee compensation aligns with similar service employees in the commercial sector. If an offeror provides such certification and meets further criteria, they may be exempt from SCLS provisions in their contract. Conversely, failure to certify or notify the Contracting Officer about missing wage determinations may result in ineligibility for contract awards. This regulation ensures that contractors fulfilling government contracts maintain pricing and labor standards comparable to commercial practices while delineating the conditions for exemption from SCLS, promoting fair competition and compliance within federal contracting processes.
    The document outlines the Federal Acquisition Regulation (FAR) compliance requirements regarding subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) receiving contracts from the Department of Veterans Affairs (VA). It emphasizes that contractors must not subcontract more than 50% of the contract value to non-certified firms when providing services, and different percentages apply for general and special trade construction contracts (85% and 75%, respectively). The document stresses the importance of truthful certification, outlining potential legal penalties for false claims. Additionally, it mandates that winning contractors must provide compliance documentation to verify adherence to these subcontracting limitations and financial disclosures throughout the contract's life. Non-compliance may lead to governmental remedial actions. The certification form must accompany the bid proposal, and offers lacking this certification are deemed ineligible for evaluation. Overall, this framework aims to uphold the VA's commitment to supporting veteran-owned businesses while ensuring contract integrity and compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Ultrasound System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified businesses to provide an Ultrasound System and accessories for the Fredericksburg Health Care Center in Virginia. The procurement aims to acquire an ophthalmic ultrasound system capable of diagnosing various eye conditions, with specific technical requirements including multiple probe frequencies, DICOM compatibility, and advanced imaging capabilities. This equipment is crucial for enhancing diagnostic accuracy and patient care within the Veterans Affairs healthcare system. Interested parties must submit their responses, including a capabilities statement and relevant certifications, by October 28, 2024, at 10:00 AM EST to NaTasha Hawkins at natasha.hawkins@va.gov.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment as part of the June 2024 Equipment Only Consolidation initiative. This procurement aims to acquire essential imaging equipment, including ultrasound machines, C-arms, and CT scanners, to enhance healthcare delivery across various Veterans Affairs facilities. The solicitation emphasizes compliance with technical specifications and encourages competitive bidding among current contract holders, with a submission deadline for offers set for October 30, 2024. Interested vendors can reach out to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    J065--ValleyLab Electrosurgical Units PM Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance and repair services for ValleyLab Electrosurgical Units at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The procurement aims to ensure that the electrosurgical units operate within Original Equipment Manufacturer (OEM) specifications, including the provision of parts and software support at no additional cost. These services are critical for maintaining the functionality and safety of medical equipment used in patient care. Interested businesses must submit their contact information and a capability statement by October 24, 2024, to Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825, as this presolicitation serves as a preliminary step in the bidding process.
    J065--(PM) IMED
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide annual preventive maintenance and corrective repair services for medical equipment at the Southern Arizona VA Health Care System in Tucson, AZ. The procurement aims to identify capable Service-Disabled Veteran Owned Small Businesses and other small business entities that can deliver these essential services, which include on-site maintenance in accordance with Original Equipment Manufacturer (OEM) recommendations and timely response to service requests within 48 hours. Interested parties must ensure they are registered in the System for Award Management (SAM) and the U.S. Small Business Administration's certification program for veteran-owned businesses, with responses due by October 28, 2024, at 4:30 PM PST. For further inquiries, vendors can contact William Cornick, Contract Specialist, at william.cornick@va.gov or (602) 795-4465.
    ExactVu Micro-Ultrasound Imaging System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the ExactVu Micro-Ultrasound Imaging System, specifically designed for use in urology clinics by trained urologists. This advanced imaging system must operate at high frequencies up to 29 MHz, provide real-time guided biopsy capabilities, and meet specific electrical and environmental requirements, including a voltage range of 110-120V. The procurement emphasizes the importance of this technology in enhancing patient care through targeted prostate biopsies. Interested vendors should contact Matthew Brown at matthew.brown11@va.gov for further details regarding this opportunity.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    NEW GI Video Integration Renovation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "NEW GI Video Integration Renovation" project, which involves the installation of a BARCO 55-inch 4K surgical display and related systems in the GI Operating Room at VA facilities in Dallas, Texas. The selected contractor will be responsible for comprehensive project management, infection control planning, electrical work, and site preparation, ensuring all services comply with original equipment manufacturer specifications. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their responses to the Request for Quotation by October 30, 2024, and direct inquiries to Janice Malbon at janice.malbon@va.gov or Tammy Wilson at tammy.wilson5@va.gov.
    6515--NX EQ Cardiopulmonary Diagnostic Systems
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the acquisition of Vyaire Cardiopulmonary Diagnostic Systems or equivalent products under solicitation number 36C10G24R0018. The objective is to establish a national Requirements Contract to provide essential diagnostic systems for evaluating patients' cardiopulmonary function across VA medical facilities, with a focus on compliance with American Thoracic Society standards and compatibility with the VA's national Somnoware platform. These systems are critical for assessing patients' functional capacity and diagnosing various cardiopulmonary diseases, thereby enhancing overall patient care quality. Interested vendors must submit their technical and price proposals by November 6, 2024, and can direct inquiries to Contract Specialist Lisa Thompson at Lisa.Thompson10@va.gov or by phone at 720-793-5907.
    H946--NEW: Water (Deionized) Purification System Maintenance and Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the maintenance and service of deionized water purification systems at the Thomas E. Creek VA Healthcare facilities in Amarillo and the Lubbock VA Medical Clinic. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes one year of preventative maintenance services, which encompasses monthly inspections, water testing, and necessary repairs to ensure compliance with water purity standards critical for healthcare operations. The anticipated contract value is approximately $47 million, with quotes due by October 28, 2025. Interested vendors should direct all inquiries to Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or by phone at 210-992-3721.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.