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
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
Z1DA--PN: 618-CSI-230, Upgrade Cath Lab (MPLS)
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bid (IFB) for a project to upgrade the cardiac Cath Lab at the Minneapolis VA Medical Center in Minnesota. This project, which is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to prepare the site for the installation of new medical equipment, specifically replacing the existing x-ray system in Cath Lab 4 while ensuring that the adjacent Cath Lab 3 remains operational. The estimated construction magnitude is between $1 million and $2 million, with a completion period of 240 days from the Notice to Proceed. Interested bidders must be registered in the Veteran Small Business Certification (VetCert) database and are encouraged to monitor the official Contract Opportunities website for the IFB, expected to be available around May 7, 2025. For further inquiries, bidders can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov or by phone at 402-996-3538.
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.
7A20--Supply: 3D Printer Software
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Mimics 3D printing software, specifically licensed by Materialise, for the James A. Haley Veterans Hospital in Tampa, Florida. This procurement aims to enhance the training of radiology professionals by facilitating presurgical planning and educational initiatives through the use of advanced software that allows for the creation of anatomical models and the generation of STL files for 3D printing. The software must integrate DICOM data from medical imaging and be installed on a dedicated VA laptop, with a perpetual license ensuring ownership by the VA. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) are encouraged to submit their capabilities by April 25, 2025, to Contract Specialist Leonora Simmons at leonora.simmons@va.gov, as this notice serves as a market research tool and not a solicitation for proposals.
J047--Pneumatic Tube System Maintenance
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified sources for pneumatic tube system maintenance services at the James A. Haley Veterans Hospital in Tampa, Florida. The procurement aims to establish a preventative maintenance agreement that includes biannual site visits for inspections, adjustments, and software checks, with the contractor responsible for providing all necessary labor and parts. This maintenance is crucial for ensuring the operational efficiency of the pneumatic tube delivery system, which plays a vital role in the hospital's logistics and patient care. Interested parties must submit their responses, including qualifications and capabilities, to the Contracting Officer, Walida Moore-Saintil, via email by 3:00 PM EST on May 5, 2025, as this request is for information only and does not constitute a solicitation for contract award.
6515--Zeiss Laser Console Package |
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking quotes for the procurement of a Carl Zeiss Visulas Trion Laser Console Package to enhance retinal treatment capabilities at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is focused on acquiring brand-name equipment, as the existing retinal laser system is being discontinued, making the new system essential for treating conditions such as diabetic retinopathy and retinal detachments. The request for proposals emphasizes the importance of compliance with federal regulations and encourages participation from service-disabled veteran-owned small businesses, with proposals due by April 28, 2025. Interested contractors can access the solicitation documents via www.SAM.gov and should direct any inquiries to Contract Specialist Matthew Wright at matthew.wright6@va.gov or by phone at 717-673-3842.
Z2DA--523A4-CSI-401 Cath Lab Site Prep
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the "Z2DA--523A4-CSI-401 Cath Lab Site Prep" project at the VA Medical Center in West Roxbury, Massachusetts. This design-build contract requires contractors to provide comprehensive architectural, engineering, and construction services to prepare the site for new medical equipment installation, ensuring compliance with safety and infection control standards. The project is critical for enhancing healthcare infrastructure for veterans, with an estimated budget between $1 million and $2 million and a performance period of 310 calendar days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically, adhering to specified guidelines, and can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov for further information.
RFP for PROJ: 673-18-617) AE Upgrade Facility Security Phase II
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This procurement, designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves the installation of a new Personal Identity Verification (PIV) system and upgrades to the Physical Access Control Systems (PACS), with an estimated project budget between $5 million and $10 million. The project is critical for enhancing security measures at the facility, ensuring the safety of veterans and staff while complying with federal regulations. Interested contractors must submit their proposals electronically by May 7, 2025, following a mandatory site visit on May 1, 2025, and can contact Contracting Officer Kenneth Caryer at kenneth.caryer@va.gov for further information.
HD Flex CystoNephro Videoscope Lease/Service Agreement
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
Y1DZ--675-103 Create Cardiovascular Center Minor Construction - Lake Nona, FL VAMC
Buyer not available
The Department of Veterans Affairs (VA) is conducting a market survey for the Create Cardiovascular Center Minor Construction Project at the Orlando VA Medical Center in Florida. This project involves constructing two building additions totaling approximately 7,000 square feet, with a construction budget estimated between $10 million and $20 million. The procurement will follow a competitive, firm-fixed-price contract approach, and interested contractors are required to submit a capabilities statement detailing their qualifications and relevant past project experience by April 28, 2025, at 2:00 PM Eastern Time. For further inquiries, contractors can contact Contract Specialist Shawn Tavernia at shawn.tavernia@va.gov or 216-447-8300.