NX EQ Ultrasound Guided Fusion Biopsy System
ID: 36C10G25R0024Type: Combined Synopsis/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

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the procurement of an NX EQ Ultrasound Guided Fusion Biopsy System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This advanced medical equipment is intended for minimally invasive biopsy procedures, utilizing cutting-edge imaging technology to provide real-time guidance to clinicians. The procurement process emphasizes compliance with federal regulations and requires detailed proposals that demonstrate technical capabilities, past performance, and pricing, with a submission deadline extended to July 17, 2025. Interested vendors should direct inquiries to Alex Beck or Kimberly LeMieux via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs has issued Request for Proposal (RFP) No. 36C10G25R0024 to acquire a brand name or equal Philips® Ultrasound Guided Fusion Biopsy System as part of a national procurement for its medical centers. The solicitation seeks vendors eligible under the Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside and mandates compliance with federal regulations. The system, designed for minimally invasive biopsy procedures, utilizes advanced imaging and computer software to provide real-time guidance to clinicians. Proposals must include firm-fixed prices for all specified contract line-item numbers (CLINs) and demonstrate all technical capabilities against outlined salient characteristics. The procurement includes a 12-month base year with four additional option years, requiring delivery at no cost at specified destinations. The evaluation process emphasizes adherence to technical specifications and proper certification by the original equipment manufacturer. Questions and proposals are due by specific deadlines via electronic submission, with attachments detailing pricing schedules and clauses provided for reference. This RFP reflects the VA’s commitment to enhancing healthcare technology for veterans through careful procurement processes aligned with regulatory requirements.
    The document is an amendment to a prior combined solicitation for the procurement of an NX EQ Ultrasound Guided Fusion Biopsy System by the U.S. Department of Veterans Affairs. The primary purpose of this amendment is to extend the response deadline for interested vendors to submit their proposals until July 17, 2025, at 11:59 PM Eastern Time. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The document includes key details such as the contracting office's address in Fredericksburg, Virginia, and contact information for the contract specialist and contracting officer. This amendment reflects ongoing efforts to facilitate procurement processes and ensure that suitable vendors have sufficient time to respond. Overall, it underscores the VA's commitment to serving veterans by procuring necessary medical equipment through structured governmental contracting procedures.
    The document outlines a procurement request related to medical equipment and services associated with the Philips UroNav system. It includes bids for various models of biopsy systems, system upgrades, consumables, and associated service contracts for maintenance, training, and software upgrades. Each item includes a unique identification number, corresponding manufacturer part numbers, and estimated quantities across multiple years. Additionally, there are various levels of service contracts available, categorized by the number of scanner connections, which provide support such as remote clinical assistance, application training, software updates, and more. The RFP highlights the need for comprehensive support and upgrading solutions for medical imaging technology, showcasing the government's intention to ensure advanced technological capabilities in healthcare settings. This aligns with broader federal and local healthcare procurement initiatives aimed at improving patient outcomes through modernized diagnostic equipment and ongoing operational support.
    This document outlines the contract administration and invoice instructions for a federal contract with the U.S. Department of Veterans Affairs (VA). Key contacts include Kimberly Lemieux as the Contracting Officer and Alex Beck as the Contract Specialist, based at the Strategic Acquisition Center in Fredericksburg, VA. The contractor is required to submit monthly invoices electronically within 30 days of delivery to comply with payment regulations, specifically utilizing the Tungsten electronic invoicing system. Contractual terms stipulate that the vendor must supply necessary items and that purchases are limited to authorized orders. The VA reserves the right to evaluate any alternative products if replacements are proposed. Notably, the contract mandates that orders are placed only by designated VA Ordering Officers and includes specific delivery and reporting requirements. Monthly and quarterly sales reports must be submitted to ensure compliance with financial tracking. Overall, this document emphasizes electronic communication and proper invoicing procedures to facilitate efficient government procurement operations while ensuring adherence to federal regulations and budgetary constraints.
    The Request for Proposal (RFP) 36C10G25R0024 outlines the contractual terms for acquiring an NX EQ Ultrasound Guided Fusion Biopsy System for the Department of Veterans Affairs. Key sections address mandatory disclosures, service level agreements, sales reporting, and compliance requirements for contractors. A significant emphasis is placed on the Service Level Agreement (SLA) fee, which is currently set at 3.0% and must be included in pricing. Contractors are required to submit quarterly sales reports detailing sales to authorized users, including SLA amounts collected, maintaining a consistent accounting method. The RFP specifies liquidated damages for delays and stipulates compliance with various Federal Acquisition Regulation (FAR) clauses related to business ethics, subcontracting, and small business policies. It also introduces guidelines on the procurement of new Original Equipment Manufacturer (OEM) items while prohibiting gray market and counterfeit goods. Additionally, it highlights a set-aside for verified service-disabled veteran-owned small businesses (SDVOSB), emphasizing the need for proper certification. The document reflects a structured approach to ensure transparency, accountability, and compliance within the contracting process, enhancing service delivery to veterans through regulated procurement practices.
    The government document outlines a Request for Proposal (RFP) for a small business set-aside to provide an ultrasound guided fusion biopsy system. It details the instructions for offerors, highlighting requirements for format and submission. Offerors must email their intentions and any questions to designated contacts by specific deadlines. Proposals are categorized into four volumes: Technical, Past Performance, Price, and Offer/Certifications, each with specific content requirements. The evaluation process prioritizes technical capability over past performance, and price is considered thereafter. Each proposal must meet outlined salient characteristics to be considered eligible for award. Compliance with various regulations is mandatory, including certifications related to telecommunications and work history. The procurement focuses on acquiring products meeting strict safety and operational standards, reflecting the government’s intent to maximize taxpayer value while ensuring quality. All submissions must be well-organized, adhere to specified formatting, and must not include excessive or extraneous information. This RFP illustrates the government’s commitment to procuring efficient and effective solutions through a structured evaluation process that supports small businesses, particularly those owned by service-disabled veterans.
    The document outlines a detailed list of contract numbers, line items, descriptions, and associated costs for various Veterans Affairs (VA) healthcare facilities across multiple regions. It includes specific identifiers for facilities within the VA New England, New York/New Jersey, Pittsburgh, and other healthcare networks, along with corresponding quantity sold data and prices for services rendered. Each line item represents healthcare services and products provided, indicating a focus on structured financial reporting and inventory management within the VA system. There is a section dedicated to anticipated service-level agreements (SLA) and total sales amounts, emphasizing accuracy in fiscal planning for the referenced quarter. The document reflects the VA's operational framework regarding procurement and healthcare service delivery, underscoring the importance of quantifiable metrics and compliance with federal RFP and grant requirements. Overall, it serves as an essential tool for financial oversight and resource allocation within the VA healthcare system.
    The document outlines a Past Performance Questionnaire associated with the Department of Veterans Affairs (VA) Solicitation No. 36C10G25R0024, which pertains to the procurement of an Ultrasound Guided Fusion Biopsy System. It requests references from offerors to assess their performance over the past three years, aiming to facilitate an informed evaluation of proposals. The questionnaire includes an array of rating categories such as Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, each rated on a scale from unsatisfactory to excellent with opportunities for additional comments. References must provide comprehensive details about their past interactions, including contract specifics, performance metrics, and satisfaction levels with the offeror. The completed questionnaires are to be submitted via email to a designated contact by June 30, 2025, ensuring a structured process for assessing vendor reliability and quality. The overall goal of the questionnaire is to enhance the selection process for federal contracts by evaluating past performance effectively, thereby ensuring that awarded contracts meet the VA’s operational standards and objectives.
    The document pertains to a Past Performance Reference requirement for the solicitation of the NX EQ Ultrasound Guided Fusion Biopsy System (SOLICITATION: 36C10G25R0024). It outlines the necessary information for firms to demonstrate their relevant experience, either as the primary contractor or as subcontractors. Key components include details about the offeror's relationship to the contracting organization, the nature of the contract, total awarded price, performance timelines, and contact information for key personnel such as the contracting officer and program manager. Crucially, offerors must provide a description of the work performed, addressing its relevance to the current solicitation, as well as any performance issues encountered, corrective measures taken, and results achieved. The inclusion of CPARS/PPIRS assessments is also required, ensuring a comprehensive review of past performance is documented. This format aids the government in evaluating the qualifications and reliability of offerors, ultimately influencing contract awards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6525--Sonosite Ultrasound System
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for the purchase and installation of a Sonosite ST Ultrasound System at the Bedford VA Medical Center in Massachusetts. This procurement, designated as RFQ 36C24125Q0582, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the delivery and installation of the ultrasound system along with various specialized transducers, service manuals, and user training, all to be completed within 30 days of order receipt. The equipment is crucial for enhancing medical services provided to veterans, ensuring high-quality imaging capabilities in clinical settings. Interested contractors must submit their quotes by July 8, 2025, to the Contract Specialist, Divianna Mathurin, at divianna.mathurin@va.gov, with evaluations based on price, past performance, and delivery speed.
    6515--691 - Ultrasound System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified suppliers for an Intracardiac Ultrasound System intended for use in the Cardiology Division of the VA Greater Los Angeles Healthcare System. The procurement aims to identify potential sources, particularly small and service-disabled veteran-owned businesses, that can provide a system optimized for advanced imaging capabilities and equipped with specific software and hardware features. This initiative is crucial for enhancing healthcare delivery through innovative medical technology while supporting veteran-owned businesses in the procurement process. Interested parties must submit their responses by July 8, 2025, at 09:00 PT, and inquiries should be directed to Contract Specialist Jasmine Pressley-Barnard via email at jasmine.pressley-barnard@va.gov.
    6525--AQUABEAM ROBOTIC SYSTEM
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of an AquaBeam Robotic System to be utilized at the Kansas City VA Medical Center for the surgical treatment of benign prostatic hyperplasia (BPH). This advanced system offers a minimally invasive approach through heat-free waterjet therapy, aiming to enhance surgical efficacy, reduce recovery times, and minimize complications associated with traditional invasive surgeries. The procurement includes essential components such as the AquaBeam system, ultrasound equipment, scopes, and sterilization tools, with installation and user training required within one month post-delivery. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by July 9, 2025, and can contact Contract Specialist Veronica (Betty) T Flores at Veronica.Flores@va.gov for further information.
    6515--ABI Vascular System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of an ABI Vascular System, as outlined in solicitation number 36C25725Q0440. The contractor will be required to deliver one Physiologic Vascular Diagnostic System to the West Texas Veterans Health Care System within 60 days of contract award, along with a minimum one-year warranty and comprehensive training for operational staff. This acquisition is crucial for enhancing diagnostic capabilities in veteran healthcare, ensuring compliance with federal regulations, including the Buy American Act, and maintaining high operational standards. Interested vendors should submit their responses by July 9, 2025, at 2:00 PM CDT, and can contact Contract Specialist Tammy L Wilson at Tammy.wilson5@va.gov or 254-661-5372 for further information.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    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.
    36C26125Q0675 Endolfip System 300
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of an Endoflip System 300, aimed at enhancing the evaluation of gastrointestinal motility disorders at the Palo Alto Health Care System. This contract will replace the discontinued Endoflip System (EF-100) and includes a three-year service agreement, with the selected contractor responsible for ensuring compliance with FDA and VA standards, as well as providing on-site training for hospital staff. The solicitation emphasizes the importance of maintaining modern medical diagnostic capabilities within the VA healthcare system and encourages participation from service-disabled veteran-owned small businesses (SDVOSBs). Interested parties should contact Alex Arter at alex.arter@va.gov for further details regarding the submission process and requirements.
    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 Defense Logistics Agency. The procurement process is critical for enhancing the quality of medical services provided to veterans, ensuring that the equipment meets stringent technical specifications and compliance standards. Interested vendors must submit their offers by July 9, 2025, and can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov.
    6515--EVIS EXERA III CF-HQ190L COLONOSCOPE
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of nine CF-HQ190L EVIS EXERA III HD colonoscopes, which includes the trade-in of eight outdated units, aimed at enhancing the diagnostic and treatment capabilities for gastrointestinal issues among veterans at the Western North Carolina VA Health Care System. This Request for Proposal (RFP) underscores the urgent need to replace aging medical equipment to ensure high-quality healthcare delivery. The procurement process requires compliance with federal regulations, including electronic invoice submissions and adherence to safety and personnel policies, with a bid submission deadline set for July 10, 2025. Interested vendors should direct inquiries to Contract Specialist Intern Satasha E Stewart at Satasha.Stewart@va.gov for further details.
    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, to support medical operations across VA Medical Centers nationwide. This procurement aims to secure advanced medical devices essential for heart-lung bypass procedures, emphasizing the need for compliance with safety features and FDA approval. The solicitation has been extended, with proposals now due by July 7, 2025, at 11:59 PM ET, and interested vendors are encouraged to submit their technical specifications and pricing in accordance with the outlined requirements. For further inquiries, potential offerors may contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Endoscope equipment & supplies
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 22, is seeking qualified sources for Endoscope equipment and supplies under Request for Information (RFI) number 36C26225Q1076. The procurement aims to identify vendors, particularly Veteran-owned or small businesses, capable of providing advanced endoscopic supplies and services that meet specific Salient Characteristics, including compliance with the Buy American Act and proof of OEM authorization. This equipment is critical for enhancing patient safety and operational efficiency in medical facilities, particularly in the VA Loma Linda Healthcare System, where it will be utilized for high-level disinfection of flexible endoscopes. Interested parties must submit their responses by July 10, 2025, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.