: 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--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.
    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.
    6525--Sonosite ST Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, is seeking quotes for the procurement of one Sonosite ST Ultrasound System, along with necessary accessories, for the Manchester VA Medical Center in Manchester, NH. This procurement is a brand-name-only requirement, emphasizing the unique features and compatibility of the Fujifilm SonoSite system with existing equipment, which is crucial for ensuring patient safety and reducing training and maintenance costs. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns must submit their quotes by December 19, 2025, at 10 AM Eastern Time, to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, with delivery expected within 30 days of order receipt.
    6515--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    Sources Sought - GE Venue Go R4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 17, is seeking responses for a Sources Sought Notice regarding the acquisition of a Venue Go R4 Focus Package and associated probes for the Amarillo VA Medical Center's CathLab. This procurement aims to enhance the capabilities of physicians in detecting arterial blockages through the provision of a Venue Ultrasound Unit, which will include all necessary system components for echocardiographs and interventional studies, adhering to relevant guidelines during installation. Interested parties must submit their responses by December 16, 2025, at 10:00 AM CT, including essential business information and an authorization letter from GE Precision Healthcare Ultrasound Systems, with inquiries directed to Rafael Rodriguez at Rafael.Rodriguez2@va.gov or (254) 560-0262.
    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.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.
    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.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    H265--Diagnostic Equip Testing & Certification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Diagnostic Equipment Testing and Certification, specifically seeking certified medical physicists to conduct tests and certifications of imaging equipment. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541690, highlighting the importance of supporting veteran-owned businesses in the healthcare sector. The RFQ is expected to be posted on or about December 9, 2025, with responses due by December 18, 2025, at 1:00 PM Eastern Time. Interested parties should direct any questions to Contracting Officer Marcus Watts via email at marcus.watts@va.gov, ensuring inquiries are submitted no later than 24 hours prior to the closing date.