6515--Cardiology Optis Mobile
ID: 36C24825Q0563Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

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 Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is seeking contractors to provide a brand-name integration system for optical coherence tomography (OCT), fractional flow reserve (FRR), and resting full-cycle ratio (RFR) for the Cardiac Catheterization Lab at the James A. Haley Veterans Hospital in Tampa, Florida. This procurement is essential for the hospital's expansion to perform transcatheter aortic valve replacement (TAVR) procedures, which require advanced imaging technology to assess arterial health and blood flow. The selected contractor will be responsible for the delivery and installation of the fully integrated system, ensuring it meets the specialized needs of the cardiac lab. Proposals are due by April 7, 2025, and interested parties should contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or 813-940-0316 for further details.

Point(s) of Contact
Marcus LewisContracting Officer
(813) 940-0316
Marcus.Lewis2@va.gov
Files
Title
Posted
Mar 19, 2025, 11:07 PM UTC
The James A. Haley Veterans’ Hospital in Tampa, Florida, is seeking contractors for a brand-name integration system for optical coherence tomography (OCT), fractional flow reserve (FRR), and resting full-cycle ratio (RFR) within its Cardiac Catheterization Lab. This requirement arises from the hospital's expansion plans to perform transcatheter aortic valve replacement (TAVR) procedures, necessitating advanced imaging technology to assess arterial health and blood flow. Contractors will be responsible for installing a fully integrated system that meets the lab's specialized needs. The solicitation falls under the Department of Veterans Affairs, with a response deadline set for April 7, 2025. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The document includes reference to additional materials, such as the VA Notice of LOS Certification and the Buy American Certificate, which potential bidders must review as part of their proposals. This initiative emphasizes the VA's commitment to providing high-quality cardiac care for veterans through advanced technological capabilities.
Mar 19, 2025, 11:07 PM UTC
The document outlines the "Buy American Certificate" requirement, which is part of the federal procurement process as prescribed by the Federal Acquisition Regulation (FAR). It mandates that offerors certify that their end products are domestic unless specified otherwise. Notably, it requires a listing of any foreign end products, including their countries of origin and an assessment of their domestic content. For products considered as foreign but predominantly comprising domestic materials, the offeror must indicate if they exceed 55% domestic content. Additionally, the certificate specifies that end products containing critical components must be identified. The government will evaluate offers based on relevant policies outlined in FAR Part 25. This provision aims to promote the use of domestic products in federal contracts, ensuring compliance with federal regulations while supporting domestic manufacturers.
Mar 19, 2025, 11:07 PM UTC
The document outlines the VA's requirements for contracting with Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) regarding the limitations on subcontracting and compliance certification. It states that contract awardees must ensure that no more than 50% of the government contract amount is paid to firms that are not certified SDVOSBs or VOSBs, and it provides specific stipulations for both manufacturers and non-manufacturers. Offerors must certify their status, adhere to requirements for subcontracting, and are subject to potential penalties for non-compliance, including fines and debarment. The document emphasizes the importance of transparency, requiring offerors to keep records and allow the VA to assess compliance during and after contract completion. This certification must be completed and submitted with offers, as failure to do so results in ineligibility for contract consideration. The overarching purpose is to promote compliance with veteran small business preferences in federal contracting while ensuring accountability and adherence to federal regulations.
Mar 19, 2025, 11:07 PM UTC
The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for the provision, delivery, and installation of furniture at the James A. Haley Veterans Hospital. The project targets the newly renovated Gastroenterology Department on the 6th floor and includes a wide range of furniture items, such as patient recliners, chairs, desks, and storage units, to meet clinical and operational needs. Key details include the solicitation number 36C24825Q0327, with offers due by 10:00 AM EST on February 20, 2025. The acquisition is limited to service-disabled veteran-owned small businesses. The contractor is tasked to deliver furniture within 90 days after the order is received, and all work must be coordinated with the Interior Designer at the VA hospital. The RFP includes requirements for compliance with Joint Commission standards and specifies that existing furniture must be removed and either reused or properly disposed of. Additionally, the contractor must provide comprehensive project management, installation, and maintenance service, ensuring all installations meet quality and safety standards. Proposals must contain technical descriptions, pricing, and acknowledge compliance with applicable contracting regulations. The evaluation will prioritize technical capability and price, adhering to clear submission instructions. This RFP reflects the VA's commitment to enhancing patient care through improved facility infrastructure.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically for the acquisition of medical imaging equipment under the National Acquisition Center (NAC). This procurement aims to enhance healthcare services for veterans by consolidating equipment purchases across various modalities, including ultrasound and radiographic systems. The selected vendors will be required to meet detailed technical specifications, provide comprehensive training for clinical staff, and ensure compliance with federal security standards. Interested parties must submit their offers by April 14, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
5836--FY25: Library Management System Medical Media
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to replace and upgrade its Library Management System for Medical Media at the Orlando VA Healthcare System. The procurement aims to identify businesses capable of designing, procuring, installing, and testing advanced video ingest and data asset storage systems, while also providing necessary training for VA staff on the new equipment. This system is crucial for managing various HD/UHD/4K media formats and digital assets, including photography and graphic design. Interested parties must submit their capability statements, limited to five pages, by April 15, 2025, to Contracting Officer Benjamin Amato at benjamin.amato@va.gov, with no costs incurred for responses being reimbursed.
Z2DA--523A4-CSI-401 Cath Lab Site Prep
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the project titled "523A4-CSI-401 Cath Lab Site Prep" at the VA Medical Center in West Roxbury, Massachusetts. The procurement aims to engage a Design-Build Contractor to provide comprehensive architectural, engineering, and construction services, ensuring compliance with updated safety and infection control standards while preparing the site for a new Cath Lab. This project is critical for enhancing healthcare infrastructure for veterans, involving tasks such as demolition, utility upgrades, and adherence to strict safety protocols throughout the construction process. Interested contractors should contact Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov for further details, and proposals must be submitted electronically following the specified guidelines, with a total project completion timeline of 310 calendar days post-notice to proceed.
H365--VA NAC-HTME Acceptance Inspection Services
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for High Tech Medical Equipment (HTME) Acceptance Inspection Services under solicitation number 36H79725R0001. This procurement aims to establish a contract for inspection services that will ensure compliance with federal regulations and manufacturer specifications for various medical imaging devices, including MRI, CT, and PET/CT systems, across VA Medical Centers. The contract will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a one-year base period and four option years, and is set aside exclusively for small businesses with a maximum total value not to exceed $3 million. Interested parties must submit their proposals by April 20, 2025, at 12:00 PM CT, and direct any inquiries to Leah Boyd at Leah.Boyd2@va.gov or Brenda Davis at Brenda.Davis4@va.gov by March 26, 2025.
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.
W065--6 Month Lease C-Arm XRAY System-Amended
Buyer not available
The Department of Veterans Affairs is seeking a qualified contractor to provide a short-term rental of a Siemens Cios Alpha VA30 Portable C-Arm X-Ray System and a compatible imaging table for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement aims to ensure the continuity of Electrophysiology (EP) and Pacemaker procedures during the renovation of the existing EP Cath Lab, which necessitates the use of a mobile RF imaging unit that meets specific technical and operational requirements. The contract will include full service support and compliance with federal regulations, ensuring that all operations adhere to established standards for government contracting. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov for further details regarding the solicitation.
6515-- Eyecon 9430, Eyecon Interface Controller with installation and one (1) year monthly subscription and support to the Marion and Evansville VA Medical Centers
Buyer not available
The Department of Veterans Affairs is seeking to procure two Eyecon Model 9430 devices, including installation and a one-year subscription for support services, for the Marion and Evansville VA Medical Centers. This procurement is a sole source acquisition justified under statutory authority for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with Veterans Healthcare Supply Solutions identified as the unique vendor qualified to provide the proprietary equipment necessary for compatibility with existing systems. The total estimated cost for this contract is $42,271, and interested parties must submit their responses by April 21, 2025, at 6 AM Central Time, with inquiries directed to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925.
J065--36C262-25-AP-3309 | 605-25-3-027-0115 | New Require | PM Svc, Hitachi Arietta 70 Intraoperative Ultrasound System
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide full maintenance services for the Hitachi Arietta 70 Intraoperative Ultrasound System at the VA Loma Linda Healthcare System in California. The procurement aims to ensure minimal system downtime and uninterrupted critical patient care through comprehensive maintenance, including preventative and remedial services, as well as the provision of necessary parts and labor. This opportunity is particularly focused on identifying Service-Disabled Veteran Owned Small Businesses and other small businesses capable of meeting these requirements, with responses due by April 18, 2025. Interested parties should contact Contract Specialist William Cornick at william.cornick@va.gov or (602) 795-4465 for further information.
6515--Operating Room Surgical Lights-Addition and Replacement (VA-25-00011262)
Buyer not available
The Department of Veterans Affairs is seeking contractors for the procurement and installation of ceiling-mounted surgical lights, anesthesia booms, and equipment booms at the Dallas VA Medical Center. This initiative aims to enhance operational efficiency and staff maneuverability in 12 operating rooms and one hybrid OR, ensuring compliance with safety standards and infection control measures. The project emphasizes the use of advanced LED surgical lighting and video integration solutions, reflecting the VA's commitment to modernizing healthcare facilities for veterans. Interested contractors should contact Tammy L. Wilson at tammy.wilson5@va.gov or call 254-661-5372 for further details, with proposals due by April 16, 2025, at 1:00 PM CDT.
J065--Pneumatic Tube System Upgrades
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), intends to make a sole source award to TransLogic Corporation for the upgrade of the pneumatic tube system at the C.W. Bill Young VA Medical Center. This procurement involves replacing outdated components, including 10 blower air shifters, 28 vacuum bypass valves, 89 send/receive stations, and 70 distribution stations, to enhance the efficiency of medical item transport within the facility. The TransLogic Pneumatic Tube System is crucial for the rapid and effective movement of lab specimens, medications, and documents throughout healthcare environments. Interested parties may submit an Expression of Interest (EOI) detailing their capabilities and pricing by April 16, 2025, at 4:30 PM EST, to the designated contracting officer, Lakiesha Anderson, via email at lakiesha.anderson@va.gov.