6515--“Watch-PAT 300 sleep recorders, or equal: Sleep Apnea Test�
ID: 36C26224Q0216Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Nov 16, 2023 7:57 PM
  2. 2
    Updated Nov 16, 2023 7:57 PM
  3. 3
    Due Nov 25, 2023 12:00 AM
Description

The federal procurement notice from SAM.gov is a Combined Synopsis/Solicitation issued by the Department of Veterans Affairs for the procurement of "Watch-PAT 300 sleep recorders, or equal: Sleep Apnea Test." This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS Code 339112 for medical and surgical instruments, equipment, and supplies.

The purpose of this procurement is to acquire 10 Sleep Apnea Tests, plus accessories, including delivery, for the Northern Arizona VA Health Care System. The Sleep Apnea Tests are used to diagnose and monitor sleep apnea, a sleep disorder characterized by pauses in breathing or shallow breaths during sleep. The Watch-PAT 300 sleep recorders, or an equivalent product, are required to have specific features such as 6 channels of sleep recording measurements, USB connectivity, rechargeable battery, 6 sleep stage recordings, and compatibility with supplemental oxygen and sleep therapy.

The place of performance for this procurement is the Department of Veterans Affairs Northern Arizona VA Health Care System in Prescott, AZ. The primary contact for this procurement is John Harrison, a Contract Specialist, who can be reached at john.harrison2@va.gov or 562-766-2267.

Interested offerors are required to submit quotes that include the necessary information such as company name, address, phone number, point of contact, SAM Unique Entity ID, company business size, and firm delivery date/time frame. The quotes should be submitted on company letterhead as a single document and should also include an authorized distributor/reseller letter for the items and a capabilities statement.

The evaluation of offers will be based on technical acceptability, where the submitted quotes will be reviewed to ensure they meet the salient physical, functional, or performance characteristics specified in the solicitation. The Government will award a contract to the offeror whose quote is most advantageous in terms of meeting the minimum requirements and providing the lowest price.

The deadline for submitting quotes is 11/24/2023, 4:00 PM PST, and any quotes received after this date will be considered late and non-responsive. All questions regarding this solicitation should be sent to John Harrison at john.harrison2@va.gov and must be received no later than 11/20/2023, 4:00 PM PST.

The contract terms and conditions, as well as the required representations and certifications, are outlined in the clauses 52.212-4 and 52.212-5, respectively. The Contractor is also required to provide an Authorized Distributor Letter (ADL) from the manufacturer to be considered for award.

Overall, this procurement notice seeks to acquire sleep apnea tests and accessories for the Northern Arizona VA Health Care System, with specific requirements for the Watch-PAT 300 sleep recorders or an equivalent product.

Point(s) of Contact
John HarrisonContract Specialist
(562) 766-2267
john.harrison2@va.gov
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6515--521-24-3-4175-0978 - Equipment: Epredia HistoStar Embedding Workstation -- Research
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is issuing a presolicitation notice for a forthcoming federal contract, 6515–521-24-3-4175-0978, related to the purchase of an Epredia HistoStar Embedding Workstation for research purposes. This contract will be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, meaning only verified SDVOSBs will be considered for award. The primary objective is to acquire this specialized medical equipment, the Histostar Embed CTR 110V CMPLT, for the V.A. Medical Center located at 700 SOUTH 19TH ST. Vendors are required to pay close attention to the specifications and ensure their offers meet or exceed the requirements. Interested parties are encouraged to submit their quotes by email to Quincy.Alexander@va.gov on or before 12 pm on July 31st. It is imperative that the deadline is adhered to in order to be considered for this opportunity. The contact person for this procurement is Quincy L Alexander, Contracting Officer, who can be reached at Quincy.Alexander@va.gov or by phone at 334-727-0550 ext. 3519.
Medivator PM equipment Service
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) issues a combined synopsis and solicitation for commercial items, seeking quotes from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Medivators PM equipment services. The VA aims to secure annual preventative maintenance, operator training, and remedial services for Medivator ESCs, Advantage Plus systems, and EndoDry cabinets. The contract, with an estimated value of up to $150,000, would run from October 2024 to September 2029. This procurement focuses on ensuring comprehensive maintenance and repair of specific Steris medical equipment used by the Gulf Coast Veterans Healthcare System. The contractor must provide prompt response times, access to necessary parts, and detailed documentation for unscheduled maintenance requests. To comply with this solicitation, SDVOSB contractors must be actively registered in the System for Award Management (SAM) and verified in the SBA's VetCert program. All applications must be submitted by the extended deadline of August 2, 2024. The evaluation of quotes will be based on their ability to meet the specified requirements, with successful applicants demonstrating compliance with numerous statutory and executive order provisions. For clarification or questions, interested parties should contact Kevin D Pollard at kevin.pollard2@va.gov before July 26, 2024.
6515--ComboLab - Invasive Cardiac Monitoring System Brand Name Only
Active
Veterans Affairs, Department Of
The federal procurement notice from SAM.gov is a Combined Synopsis/Solicitation from the Department of Veterans Affairs for a ComboLab - Invasive Cardiac Monitoring System. This system is used for invasive cardiac monitoring in electrophysiology (EP) and cardiac catheterization (Cath) procedures. The purpose of this procurement is to purchase replacement software and hardware upgrades that align with modern standards of care. The system must be compatible with existing EP and Cath Lab systems at the Washington DC VA Medical Center, including specific equipment from GE Healthcare, Biosense Webster, Abbott, and SC2000 Intra-Cardiac Ultrasound. The procurement includes all necessary parts, materials, labor, software/licenses, resources, and training to implement and utilize the equipment/system. The system must have specific features such as electrophysiology and hemodynamic functionality, interoperability between functions, ST Segment software, HL7 data export, and more. Delivery of the equipment must be made to the Washington DC VA Medical Center within 90 days from the award of the contract. Installation and implementation will be completed by certified personnel during a weekend/off hours. The contractor is responsible for providing training to clinical staff/users. Inspection and acceptance will be conducted jointly with the on-site Point of Contact (POC). The contractor must provide documentation such as service reports, warranty information, and technical service manuals. The contract type is a Firm-Fixed Priced Contract and evaluation factors include required features and price.
761-24-3-014-0240 -Chelmsford CMOP GLUCOSE TEST STRIPS -(VA-24-00072686)
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is issuing a solicitation for suppliers to provide glucose test strips for the Chelmsford CMOP (Customer Medical Outpatient Pharmacy). This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The primary objective is to obtain compliant and competitively priced glucose test strips for use in the VA healthcare system. The chosen vendor will need to deliver the products to the Chelmsford location in Massachusetts. ## Scope of Work The awardee will be responsible for delivering high-quality glucose test strips that meet the specified requirements. The VA requires a consistent supply of these test strips, which involve a waived class of in vitro diagnostics. ## Eligibility Criteria This SDVOSB set-aside requires bidders to hold the necessary certifications and have a strong track record of supplying medical devices or in vitro diagnostics. Businesses interested in applying must register in the System for Award Management (SAM) and obtain a Dun & Bradstreet Universal Number (DUNS). ## Funding and Contract Details Funding for this contract is expected to come from the VA's medical supply budget. The contract type is expected to be a firm-fixed-price agreement. ## Submission Process Bidders should submit their pricing schedules and relevant product information by the given deadline. The VA encourages bidders to use the provided template, which can be found on the VA's website, and clearly indicate their unit pricing, quantity discounts, and other relevant terms. ## Evaluation Criteria The VA will evaluate bids based on price reasonableness, past performance, and compliance with the required specifications. The lowest priced bid that meets all the requirements will be carefully reviewed, and the awardee will be selected based on the overall fairness and reasonableness of the offer. ## Contact Information For any questions or clarifications, interested parties should contact Jennifer L Knight at jennifer.knight@va.gov or via phone at 913-684-0162. The VA encourages potential suppliers to carefully review the solicitation documents and ensure a complete and compliant submission.
760-24-3-050-0895, 762-24-3-040-2758, 765-24-3-021-0780 Reservoir Omnipods Multiple CMOP Locations. 760, 762, 765
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is issuing a solicitation for companies capable of manufacturing and supplying reservoir omnipods for multiple Community Based Outpatient Clinics (CBOCs) locations. The VA is seeking a reliable supplier for these medical devices used in the treatment and management of diabetes. The omnipods are wearable devices that work in conjunction with insulin pumps, delivering precise amounts of insulin as needed. The scope of work involves supplying reservoir omnipods according to the VA's specifications and quality requirements. The awardee will be expected to deliver the products to the designated CBOC locations and ensure timely replenishment as needed. To be eligible, applicants should have a strong track record in the manufacturing and supply of medical devices, with a focus on in-vitro diagnostic substances. The VA emphasizes the need for high-quality standards and compliance with relevant regulations. Funding for this contract is estimated at $600,000 to $800,000, with the potential for multiple awards being made. The contract type will be a Firm-Fixed-Price (FFP) arrangement. Interested parties should submit their applications by the specified deadline, including a detailed pricing schedule and any necessary documentation demonstrating their ability to meet the VA's requirements. The VA will evaluate applications based on price and the demonstrated ability to meet the specialized needs of the VA's CBOC locations. For any clarifications or questions, interested organizations should contact Jennifer L Knight at jennifer.knight@va.gov or via phone at 913-684-0162. This opportunity seeks to procure reservoir omnipods for VA medical facilities, enhancing the diabetes treatment capabilities at these locations. The VA encourages eligible suppliers to respond to this solicitation with a view to establishing a successful partnership.