NX EQ Lasers Ho-YAG
ID: 36C10G25R0032Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

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 proposals for the procurement of Holmium (Ho-YAG) Surgical Lasers, specifically the Lumenis Pulse™ 120H model or equivalent, as part of a national contract aimed at enhancing medical services across VA facilities. The objective is to establish a reliable supply of these advanced laser systems, which are crucial for various clinical applications including urology and general surgery, particularly in procedures like laser lithotripsy for kidney stones. The contract will span a base period of 12 months with four optional renewal periods, and interested vendors must demonstrate compliance with technical specifications and provide competitive pricing, including a 3% Service Level Agreement fee. For further inquiries, potential bidders can contact Trevor Mason or Sara Vickroy via email, with proposals due by the specified deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the U.S. Department of Veterans Affairs for a contract pertaining to the procurement of Lumenis Pulse™ 120H Holmium Laser Systems or equivalent. It specifies the acquisition's unrestricted nature, focusing on the intention to supply essential medical equipment and related services on a national scale. The contract covers a base performance period of 12 months with four optional renewal periods. Key components include provisions for invoicing, specifically requiring electronic submissions and monthly reporting to ensure compliance with federal mandates. The expectation for contractors includes adhering to rigorous standards for delivery, maintenance, and updates, as well as the management of potential product recalls. The document serves as a foundational guideline facilitating the procurement process, emphasizing contractor obligations and the government's rights, while ensuring that the products and services provided will meet clinical needs and regulatory standards. Overall, the RFP represents the VA's commitment to efficiently manage and acquire medical equipment within a structured procurement framework to support veteran health care services.
    The document outlines a government Request for Proposal (RFP) focusing on the procurement of medical equipment, specifically Lumenis brand products, for healthcare purposes. It identifies two key items by their brand name and part numbers, along with specifications such as unit of measure, estimated quantities for multiple years, and necessitates vendor completion of highlighted sections. Important elements include delivery timelines and pricing information, which encompass the proposed unit prices for the base year and option years, including a 3% Service Level Agreement (SLA) fee. Bidders must provide total evaluative prices for each year, encapsulating the total cost implications of the contract over the base and optional years. This summary reflects the document's purpose as part of a federal procurement strategy aimed at ensuring the acquisition of necessary medical equipment while maintaining transparency and efficiency in the bidding process.
    The Department of Veterans Affairs (VA) is soliciting proposals for the Lumenis Pulse™ 120H Holmium Laser System or equivalent models as part of its Non-Expendable Equipment National Program. This requirement aims to establish a VA-wide contract for a Holmium (Ho-YAG) laser system intended for various medical purposes, including urology and general surgery, with a focus on procedures such as laser lithotripsy for kidney stones. Vendors must offer products that align with specified salient characteristics, including having a treatment wavelength of 2.1 μm, a maximum output power of at least 120W, and FDA approval, among others. The contract will span a base period of 12 months with four optional extensions of a year each. Vendors need to submit technical documentation proving compliance with these requirements and must describe any alterations to ensure equivalence to the specified brand. The systematic review of proposals will focus on the fulfillment of the defined salient characteristics.
    The document outlines the contractual clauses and requirements related to the procurement of NX EQ Lasers HO-YAG, emphasizing adherence to federal regulations and guidelines. It details mandatory written disclosures related to ethical business practices and service level agreements, including a 3.0% fee required for SLA reimbursement incorporated into prices submitted by contractors. Contractors must submit quarterly sales reports, including detailed sales data segmented by various governmental entities, and remit SLA fees electronically. The document also includes various Federal Acquisition Regulation (FAR) clauses that contractors must comply with, such as prohibitions against contracting with certain foreign entities and guidelines for labor standards. Clauses addressing liquidated damages, ordering limitations, and compliance with specific executive orders are also specified. The overarching purpose is to ensure that contractors fulfill their obligations under federal contracts, maintain compliance with legal requirements, and promote ethical business practices in the procurement process.
    The Request for Proposal (RFP) 36C10G25R0032 seeks offers for the procurement of NX EQ Lasers Ho-YAG, specifically targeting small businesses. The document outlines the submission requirements, evaluation criteria, and terms for interested vendors. Proposals are to be submitted electronically to designated contract officials, with emphasis on adherence to specified formats and content. Offerors must demonstrate their ability to meet technical specifications outlined in Attachment B, and include past performance details, with preference given to service-disabled and veteran-owned businesses. The evaluation process prioritizes technical qualifications over pricing, with an emphasis on meeting mandatory salient characteristics. Proposals must include detailed documentation and must not exceed specified page limits, employing strict formatting rules. Importantly, inclusion of a firm price proposal that is competitive and provides volume discounts is also required. The RFP stresses that all responses must adhere strictly to federal guidelines, including prohibitions against certain telecommunications equipment. The intent is to ensure high-quality and reliable services for government operations while supporting small business participation.
    The document outlines a comprehensive contract proposal related to various Veterans Affairs (VA) healthcare facilities across the United States for the reporting quarter of FY 2025. It details the contractors responsible for items classified under specific Contract Line Item Numbers (CLIN) and their pricing, inclusive of Service Level Agreement (SLA) fees. Facilities listed span multiple VA networks including New England, New York/New Jersey, and Southeast, among others, with specified locations such as Togus, Boston, Buffalo, and Miami. The document contains quantifiable data regarding the total quantity of items sold and projected sales. It emphasizes adherence to SLAs and outlines the quantities and associated prices of items sold per facility, although many entries indicate no sales occurred in the reporting period. The structure categorizes facilities by network and provides a comprehensive view of operations, aiming for transparency in healthcare contract management and financial reporting. This proposal serves to document sales activities while ensuring compliance with federal and state procurement policies, ultimately reinforcing the VA's commitment to providing healthcare to veterans.
    The document is a Past Performance Questionnaire issued by the Department of Veterans Affairs (VA) in relation to solicitation number 36C10G25R0032 for the procurement of a Holmium Laser System. It requests references from offerors for evaluation in their proposal submission. The questionnaire asks references to provide details such as the contract number, performance period, total contract value, and any relevant issues experienced, including show cause orders or terminations. Evaluators will use a rating system assessing the offeror in four categories: Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, with ratings ranging from "Unsatisfactory" to "Excellent." References are prompted to comment on each category to support the evaluation process. The completed questionnaires must be emailed by May 21, 2025. This process is critical for assessing the past performance of potential contractors, ensuring that the VA selects capable vendors who meet its standards and requirements in delivering essential services.
    This document serves as a Past Performance Reference for a solicitation (36C10G25R0032) related to NX EQ Lasers Ho-YAG. It outlines the requirements for detailing past performance in context to federal government contracts. The section includes fields for relevant company information, contract details, pricing, and key contacts, alongside descriptions of the work performed and its relevance to the current solicitation. It also requires detailing performance issues, corrective actions, and the results stemming from those actions, specifically referencing any pertinent CPARS (Contractor Performance Assessment Reporting System) or PPIRS (Past Performance Information Retrieval System) reports. This structured approach is intended to evaluate the experience and reliability of the offeror or subcontractor in delivering similar services, ultimately aiding in decision-making for award considerations within federal contracts. The overarching purpose is to ensure that the offerors provide comprehensive past performance evidence that accurately reflects their capabilities, reliability, and compliance with project requirements.
    The document outlines the "Certification of Recall or Safety Issues" process for responding to the solicitation number 36C10G25R0032, which pertains to NX EQ Lasers Ho-YAG. It instructs quoters to complete a certification form confirming that the medical equipment offered has no outstanding recalls, known safety issues, and complies with applicable regulations and standards. Each submission must include a signed statement by an authorized representative of the company, affirming the equipment's thorough compliance checks. The certification also warns of the potential consequences, including disqualification, for providing false information. This process emphasizes the importance of safety and regulatory adherence in government procurement, ensuring that only compliant medical equipment is considered for federal grants or contracts.
    Lifecycle
    Title
    Type
    NX EQ Lasers Ho-YAG
    Currently viewing
    Solicitation
    Similar Opportunities
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    H999--Laser Safety Officer Base 4 Option Years Small Business Set-Aside
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide Laser Safety Officer (LSO) services for the Eastern Colorado VA Healthcare System and the PFC Floyd K. Lindstrom VA Clinic. This procurement is a small business set-aside Request for Quote (RFQ) that requires a Certified Medical Laser Safety Officer (CMLSO) to manage laser hazards, conduct safety evaluations, provide staff education, and ensure compliance with relevant regulations, including ANSI Z136.3-2005 standards. The contract includes a base year and four option years, emphasizing the importance of maintaining safety protocols in healthcare environments. Quotes are due by December 26, 2025, and should be submitted via email to Jeremy Ferrer at jeremy.ferrer@va.gov, with evaluations based on technical capability, past performance, and price.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@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 Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    6650--Leica Proveo 8x Microscope for East Orange VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure a Leica Proveo 8x Microscope for the East Orange VA Medical Center as part of a Sources Sought Notice aimed at gathering market information. This procurement is intended to provide a backup surgical microscope that aligns with the existing Leica Proveo model currently in use, ensuring compatibility with specialized surgical instruments and features such as real-time optical coherence tomography and Fusion Optics. The microscope is critical for performing ocular surgeries, including cataract and retina procedures, and must be delivered, installed, calibrated, and supported with clinical training within 45 days after receipt of order. Interested contractors are encouraged to submit their company information, including their Unique Entity Identifier (UEI) and a summary of their capabilities, to Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov by 4:00 PM EST on December 29, 2025.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.