6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
ID: 36C77625R0017Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the provision of Custom Sterile Surgical Procedure Packs across multiple Veterans Integrated Service Networks (VISNs) including 5, 9, 10, 12, 15, 16, and 23. The procurement aims to supply an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) with custom sterile packs, which will include all necessary labor, materials, sterilization, transportation, and quality assurance to ensure compliance with federal regulations. These surgical packs are critical for various medical procedures, enhancing the operational efficiency and quality of care provided to veterans. Interested offerors must submit their proposals by April 2, 2025, with sample packs due by April 4, 2025, and should contact Contract Specialist Laura Nabity at Laura.Nabity@va.gov for further details.

Point(s) of Contact
Laura NabityContract Specialist
Laura.Nabity@va.gov
Files
Title
Posted
Mar 27, 2025, 10:04 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for Custom Sterile Procedure Packs. The contract specifies the provision and delivery of sterile medical packs to various VA Medical Centers within specified Veterans Integrated Service Networks (VISNs) over a five-year period. The procurement, categorized under commercial products and services as per FAR regulations, is set to start May 1, 2025, with a minimum guarantee of $175,000 and a maximum ceiling of $98.5 million. Key responsibilities of the contractor include ensuring timely delivery, compliance with various regulations, managing inventory, maintaining a clear communication system via electronic means, and assembling components in controlled environments. The contractor must also uphold stringent quality control standards, including FDA regulations and ISO certifications. Quality assurance tasks include tracking product recalls and addressing backorders effectively. Overall, this RFP demonstrates the VA’s commitment to furnishing reliable medical supplies to enhance healthcare delivery for veterans, while emphasizing compliance, sustainability, and operational efficiency.
Dec 5, 2024, 4:07 PM UTC
The Veterans Health Administration (VHA) is issuing a presolicitation notice for custom sterile surgical procedure packs to serve an estimated 35 VA Medical Centers and Community-Based Outpatient Clinics (CBOCs). The contract will require the selected contractor to provide labor, materials, sterilization, transportation, and quality assurance while adhering to all applicable regulations. This procurement will involve a five-year firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with an option for five additional one-year periods. The relevant NAICS code is 339113, and interested offerors must be registered in the System for Award Management (SAM.gov) prior to proposal submission. The solicitation documents will be available on SAM.gov within 30 days, and no paper copies will be issued. Offerors are responsible for monitoring the website for updates and deadlines. This announcement underscores the VA's commitment to ensuring robust healthcare support for veterans through the sourcing of essential medical supplies.
Mar 27, 2025, 10:04 PM UTC
The document outlines the amendment for Solicitation 36C77625R0017, which pertains to the provision of Custom Sterile Procedure Packs for the U.S. Department of Veterans Affairs (VA) across several Veterans Integrated Service Networks (VISNs). The amendment updates key aspects, including an extended offer due date, revised sections of the Statement of Work, removal of specific clauses, and questions and answers addressing supplier concerns. Key changes include an updated Statement of Work detailing the responsibilities for manufacturing, sterilization, and packaging of sterile packs, along with specifications for materials and compliance standards. It also outlines the period of performance, delivery requirements, and processes for managing component availability and substitutions, ensuring compliance with federal regulations and standards. The document emphasizes the importance of quality assurance, with strict guidelines for tracking components, handling recalls, and maintaining records. It encourages collaboration with VA facilities to ensure that products meet clinical standards while describing acceptable procurement practices for sustainable and TAA-compliant items. Overall, the amendment reflects the VA's commitment to providing high-quality medical supplies in a timely manner to support veteran healthcare facilities effectively.
Mar 27, 2025, 10:04 PM UTC
The document serves as Amendment 0002 to Solicitation 36C77625R0017, focused on procuring Custom Sterile Procedure Packs for various Veterans Affairs Networks. This amendment modifies several contract terms, including updates to federal acquisition clauses, the designation of a new contracting officer, and submission instructions for proposals. Key changes involve replacing outdated subcontracting plan clauses with revised versions, clarifying required email communications for submissions, and the deletion of a specific item from the schedule of items. The amendment also includes the addition of a new attachment outlining country codes applicable for materials supplied under the contract. Overall, this update is essential for ensuring compliance with the latest contracting regulations and improving clarity in the solicitation process, emphasizing the importance of maintaining clear communication and proper documentation in federal procurement activities.
Mar 27, 2025, 10:04 PM UTC
This document is Amendment 0003 to Solicitation 36C77625R0017, issued by the Department of Veterans Affairs for Custom Sterile Procedure Packs. The purpose of the amendment includes several critical updates, notably extending the deadlines for offer submissions and sample pack submissions to April 2, 2025, and April 4, 2025, respectively. Additionally, it corrects the contact information of the Contracting Officer, Karla Lefarth. Changes to attachments are also specified: Attachment D.2 now features a revised schedule of items, while Attachment D.12 includes an updated Sample Pack Evaluation Checklist, reflecting modifications made in previous amendments. Importantly, the amendment clarifies that all components of the packs must adhere to specifications detailed in the attachments and that they are distinct from shipping materials. The amendment ensures that contractors can accurately prepare and submit their offers in compliance with the updated requirements. Overall, this amendment emphasizes the VA's commitment to transparency and adherence to proper procurement practices in enhancing healthcare service provision.
Mar 27, 2025, 10:04 PM UTC
The document outlines the delivery hours and locations of various Veterans Affairs (VA) medical centers primarily in the Midwest and Southern U.S. Each facility operates Monday through Friday from 8:00 AM to 3:30 PM local time. The list includes notable centers such as the Huntington VA Medical Center in West Virginia, the John D. Dingell VAMC in Detroit, and the Memphis VA Medical Center in Tennessee. Additionally, it specifies solicitation details for custom sterile procedure packs under the solicitation number 36C77625R0017. This information is significant for potential vendors interested in bidding on government requests for proposals (RFPs) and grants involving VA healthcare services, indicating opportunities for involvement in supporting veteran health needs within designated hours and locations.
Mar 27, 2025, 10:04 PM UTC
The document is a detailed listing of medical trays and packs supplied to various healthcare facilities under the Veterans Integrated Service Network (VISN) 23, which includes locations in Black Hills, Des Moines, Fargo, Iowa City, Minneapolis, and Omaha. Each section details the tray number, description, quantity per case, and associated components or materials, which include surgical instruments, gowns, drapes, and packaging materials, among others. The purpose of this document is to organize and specify medical supplies and equipment necessary for various surgical and medical procedures within these health facilities, ensuring that healthcare providers have the necessary materials to deliver optimal patient care. Notably, all entries mention a case price of $0.00, indicating the focus is on listing rather than pricing — signaling the potential for procurement or grant applications in a federal or state context. The meticulously structured format aids in easy reference and procurement planning, which is essential for maintaining operational logistics and compliance with healthcare regulations. The document emphasizes the VA's commitment to maintaining high standards in providing medical services while ensuring supply efficiency within the network.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials (BOM) for various medical procedure packs used by the Veterans Integrated Service Network (VISN) 23 facilities, detailing specific packs associated with medical stations in locations such as Black Hills, Des Moines, Fargo, Iowa City, Minneapolis, and Omaha. Each entry includes pack descriptions—such as Podiatry Pack, General Surgery Pack, and Universal Block Pack—alongside the associated quantities and components needed for assembly. The BOM specifies a comprehensive listing of items within each pack, detailing manufacturer components, packaging requirements, and associated costs, noting a zero-dollar pricing structure, indicating that pricing details may not yet be agreed upon. This structured report serves as a foundational document for procurement, likely in response to federal health services funding requests and grants aimed at equipping regional healthcare facilities effectively. The precise organization of the document reflects regulatory compliance, potentially tied to Trade Agreement Act provisions, underscoring federal transparency and Streamlined procurement practices in facilitating healthcare operations within the VISN system.
The document outlines a government Request for Proposal (RFP) for Custom Sterile Procedure Packs, detailing specifications and components of three sample packs: a Basic Pack, a General Surgery Pack, and a Urology Pack. Each pack includes a list of medical items, their manufacturers, and part numbers, with instructions for alternate substitutions. The RFP emphasizes labeling requirements for both interior and exterior packages, mandating specific information such as pack names, component details, and compliance with safety standards, including warnings about latex content. It also outlines special packaging specifications and configurations to ensure the integrity and sterility of the contents during transport. The overall aim is to procure essential sterile medical supplies that meet healthcare facility needs, ensuring compliance with federal guidelines for medical equipment procurement.
Mar 27, 2025, 10:04 PM UTC
The document outlines a solicitation for Custom Sterile Procedure Packs (36C77625R0017) from federal and state entities, detailing specific pack components needed for various medical procedures. Three sample packs are described: a Basic Pack, a General Surgery Pack, and a Urology Pack, with components specified per manufacturer and part number, including syringes, surgical instruments, and sterilization supplies. Each pack requires both interior and exterior labels, listing essential details such as pack names, contents, hospital names, and lot numbers, along with specific packaging requirements like disposal instructions and latex content warnings. The main purpose of the solicitation is to procure essential medical supplies while ensuring compliance with safety and labeling standards. The structured format facilitates comparisons between offered items and their manufacturers, fostering a competitive bidding process. By providing detailed instructions for labeling and packaging, the document aims to standardize submissions for ease of evaluation and to meet health regulations effectively. This procurement initiative reflects the government's commitment to maintaining high medical supply standards in healthcare settings.
Mar 27, 2025, 10:04 PM UTC
The document outlines the evaluation criteria for submitted Sample Custom Packs in response to Solicitation 36C77624R0058, focusing on a Pass or Fail rating system. For a submission to achieve an “Acceptable” rating under Factor 2 – Technical, all three required Sample Packs must meet specified requirements. Key criteria include the inclusion of a unique Lot Number, a packing slip detailing manufacturer information and component specifications, compliance with the Trade Agreements Act, and the use of appropriate packaging materials. Other important requirements address cleanliness and safety standards for gown materials and accessories, ensuring that components are latex-free and meet flammability regulations. Strict adherence to these criteria is necessary to qualify for contract award, emphasizing the document's role in maintaining quality and compliance within government procurement processes.
The document outlines the evaluation criteria for submitted Sample Custom Packs under Solicitation 36C77625R0017. Each of the three required Sample Packs must pass specific requirements to achieve an "Acceptable" rating for the Technical factor necessary for award eligibility. Key criteria include proper labeling with individual Lot Numbers, inclusion of a detailed packing slip, compliance with TAA standards, and packaging integrity free from debris. Additional components must demonstrate sterility through appropriate indicators and include specifications such as being latex-free, meeting flammability standards, and allowing for ease of movement with regard to gown design. Each requirement is assessed as a Pass or Fail, with the necessity that all three Sample Packs meet these criteria for successful evaluation. This checklist serves as an essential guideline for contractors and suppliers aiming to meet federal standards for medical supply packaging in response to government solicitations.
Mar 27, 2025, 10:04 PM UTC
This document provides instructions for offerors responding to a federal Request for Proposal (RFP) concerning custom sterile procedure packs. Offerors are required to submit details about their experience with at least two contracts performed in the last five years that involved creating custom sterile procedure packs for a minimum of 20 medical facilities and 100 different pack configurations. Each submission must include specified contract information, such as contract numbers, financial details, facility locations, work descriptions, and the role of the offeror as a prime or subcontractor. The agency aims to assess the experience and capacity of potential contractors to fulfill the contract requirements effectively. This structured approach ensures that only qualified candidates with relevant experience are considered for the solicitation, enhancing the quality of services provided to medical facilities under this contract.
Mar 27, 2025, 10:04 PM UTC
The document serves as a catalog listing various countries alongside their respective two-letter codes, which are standardized abbreviations used for identifying nations. It includes a total of 48 countries from various regions including North America, Europe, Asia, and Oceania. The main purpose is to provide a reference for governmental forms, specifically in relation to Requests for Proposals (RFPs) and grants. This compilation can assist government entities and organizations in streamlining documentation processes, ensuring uniformity and clarity in international communications. The structured format clearly aligns country names with their codes, facilitating easy access to this essential information for diverse federal and state-level projects. Such a document aids in enhancing efficiency and accuracy in governmental operations concerning funding and procurement.
Mar 27, 2025, 10:04 PM UTC
The document details the Transition and Medical Packs procurement plan associated with specific VISNs (Veterans Integrated Service Networks) for a defined contract period running from May 1, 2025, to April 30, 2026. It outlines various medical packs, including surgical and clinical kits, along with their corresponding item numbers and quantities. The plans cover transitions for multiple VISNs, with each transition lasting 120 days. The listed packs encompass a range of surgical specialties, including arthroscopy, general surgery, and specialty kits for different procedures; all are intended to optimize medical supply chain management and ensure hospitals are well-equipped. The comprehensive inventory includes numerous items, referencing their base contracts and quantities designated for each pack. The document serves to facilitate procurement processes to support healthcare facilities within the Veterans Affairs system. This procurement initiative highlights the government's commitment to enhancing healthcare delivery through well-organized resource allocation for critical medical supplies.
The document outlines a federal request for proposals (RFP) related to various medical equipment and supplies necessary for the healthcare system, specifically focusing on transition packs across several Veterans Integrated Service Networks (VISNs) and specialized medical packs for surgical and procedural use. It provides detailed information on transition timelines, specifying 120-day transition periods for several VISNs (5, 9, 10, 12, 15, 16, 23) from July to October 2025. Furthermore, it lists a multitude of surgical packs, such as arthroscopy, pacemaker, hip, knee, and other specialty packs, indicating contract periods from November 2025 to June 2026. The document emphasizes the importance of these packs in delivering necessary medical procedures efficiently while ensuring compliance with federal standards. Each item entry includes quantities, unit measures, and packaging multiples, which are crucial for managing supply chains in medical settings. Overall, this file serves as a comprehensive inventory and scheduling tool essential for coordinating health services and ensuring that equipment is available when needed.
The document outlines a comprehensive list of transitional and surgical packs scheduled for procurement, primarily concerning the Veterans Affairs networks (VISN 5, 9, 10, 12, 15, 16, 23) and various medical supplies essential for surgical procedures from November 1, 2025, to June 30, 2026. Each entry includes item numbers, descriptions, quantities, and relevant contract periods, indicating a focus on ensuring adequate supply for efficient medical operations during planned transitions across the healthcare system. Key highlights include specialized surgical packs for procedures such as arthroscopy, pacemaker implantation, and various orthopedic and cardiovascular interventions, all designed to meet specific procedural requirements. The document serves to facilitate procurement processes in line with federal regulations, reflecting the government’s commitment to supporting healthcare needs through well-organized inventory management and planning. By ensuring timely availability of necessary medical supplies, the initiative aims to enhance the quality of care provided within the Veterans Affairs healthcare facilities.
The document outlines procurement details for various healthcare transition packs and surgical supplies for the Department of Veterans Affairs (VA). It encompasses a series of requests for proposals (RFPs) categorized by different Veterans Integrated Service Networks (VISNs), each requiring a set quantity of supplies during their respective contract periods from July 1, 2025, to June 30, 2026. Specifically, there are 120-day transition packs for VISNs 5, 9, 10, 12, 15, and 16, alongside an extensive list of surgical packs such as arthroscopy, pacemaker, and hand/foot packs, with variable quantities specified for each item. The purpose of the procurement process is to ensure the availability of essential medical supplies that facilitate operations crucial to maintaining service quality across VA healthcare facilities. The detailed list highlights the rigorous approach the government employs in managing its supply needs while ensuring adherence to compliance integrity and optimizing resource allocation for medical services. Overall, this document serves as a comprehensive guide to upcoming healthcare supply requests, reflecting the government's commitment to effective medical service delivery.
Mar 27, 2025, 10:04 PM UTC
The document outlines procurement details for the Huntington VAMC, including an inventory report on medical supplies or equipment within the VA system. It specifies unit counts, case prices, and total figures, indicating current stock and sales for the month. Although key numeric values are marked as placeholders or erroneous (e.g., #VALUE!), it appears aimed at tracking acquisition and fiscal management under RFP guidelines. The potential implications include supply chain oversight and budgeting within the federal grant framework for healthcare facilities. Overall, this documentation is a crucial part of inventory management relevant to government funding and resource allocation processes.
Mar 27, 2025, 10:04 PM UTC
The document provides a comprehensive listing of surgical tray and pack descriptions along with their corresponding prices, quantities, and components at the Huntington facility under VISN 5. Each tray includes items tailored for specific surgical procedures, such as arthroscopy, general surgery, and interventional radiology, among others. The document outlines varying case quantities and details the components included in each surgical pack, although all prices listed are $0.00. The structure of the file features multiple trays categorized by their respective surgical purposes, with itemized components, their quantities per tray, and manufacturing details. Additionally, it notes requirements under the Trade Agreement Act and federal acquisition regulations regarding domestic and foreign end products. The document primarily serves as a resource for understanding the inventory and pricing structure for surgical supplies within a government healthcare framework, reflecting the rigorous standards of procurement and adherence to regulations in federal healthcare systems. Its purpose aligns with government RFPs and grants by providing essential details for budgeting and supply chain management in health-related sectors.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for the Veterans Integrated Service Network (VISN) 5 at the Huntington Station. It details various surgical packs, including the Arthroscopy Pack, Hand/Foot Pack, Pacemaker Pack, and several others. Each pack itemizes components, case quantities, and their manufacturers, with an emphasis on cost, which is uniformly listed as $0.00 for all items. The document also references adherence to the Trade Agreements Act (TAA), indicating all components are domestically sourced, labeled as having a TAA percentage of 100%. The purpose of the file is to serve as a resource for procurement related to surgical materials needed for operations at the Huntington facility, ensuring transparency in costs and inventory. Overall, the structure conveys a comprehensive list of medical supplies necessary for various surgery types, highlighting the importance of maintaining equipped surgical environments in compliance with federal purchasing regulations. This material provision aligns with broader federal grant initiatives aimed at enhancing healthcare delivery through adequate surgical resources.
Mar 27, 2025, 10:04 PM UTC
The document outlines a detailed Bill of Materials (BOM) for various surgical trays and packs utilized by the VA facilities within VISN 9, specifically focusing on the Lexington station. It lists an array of surgical kits, such as Angio Packs, Hip Packs, Knee Packs, and various specialty trays, along with their respective tray numbers and case quantities. Each entry details the components included in the packs, categorized by descriptions and extending to the itemized pricing information, which in this case is denoted as $0.00, indicating a possible placeholder for future cost assessments. The comprehensive nature of the BOM illustrates the operational requirements for managing surgical supplies, highlighting significant attention to surgical setups necessary for efficient healthcare delivery in the region. The document serves as a resource for procurement and budget management, aligning with the government's initiative to ensure that healthcare facilities are equipped with the essential tools for patient care. Overall, it reflects an organized approach to maintain operational readiness through a structured listing of required surgical materials.
Mar 27, 2025, 10:04 PM UTC
The document outlines a comprehensive list of surgical packs and their component details for Veterans Integrated Service Network (VISN) 9. It details various surgical packs, including Angio, Hip, Knee, Laparotomy, Extremity, and multiple others, specifying quantities, components, and their intended usage within medical contexts. Each pack contains specific surgical instruments and supplies, categorized by facility locations such as Lexington, Louisville, Memphis, Mountain Home, Murfreesboro, and Nashville. The purpose of this compilation is to streamline the procurement process for surgical supplies in alignment with federal guidelines and regulations related to government requests for proposals (RFPs) and trade agreements. Each pack is essential for various surgical procedures, ensuring that healthcare facilities are equipped with necessary materials to provide high-quality patient care. The document reflects the emphasis on careful inventory management and regulatory compliance within the context of healthcare logistics in the federal system. Overall, the catalog serves as a critical resource for departments to maintain readiness and operational efficiency in surgical environments.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for various medical tray/pack descriptions utilized within the Veterans Integrated Service Network (VISN) 10, specifically focusing on the Cincinnati station. It catalogues a comprehensive list of surgical packs, detailing each pack's contents, quantities, and associated costs. Each surgical pack, including designs for procedures like Angio-Arteriograms and various laparoscopic surgeries, references the components required for efficient operation in clinical environments. Key components of the document include specifics about the constituent materials used in each tray, such as surgical gowns, gauze, syringes, and other medical supplies, which are essential for performing different medical procedures. The report maintains an organized format, listing the type of package, the tray number, and quantities supplied per case, facilitating procurement and inventory management. This compilation serves a dual purpose: aiding in government procurement processes related to RFPs and grants while adhering to Federal Acquisition Regulation (FAR) guidelines regarding product sourcing. The detailed inventory helps ensure that healthcare facilities have the necessary resources available for effective patient care and operational readiness, reflecting the government's commitment to providing quality medical services.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for the Veterans Integrated Service Network (VISN) 10, detailing the specific medical procedure packs available across healthcare stations in Cincinnati, Cleveland, Columbus, and Detroit. Each entry specifies the pack description, corresponding pack number, and components included in the packs, emphasizing surgical and clinical utility. Notable packs include Angio-Arteriogram and Basic Cath Lab, among others, which are critical for various medical procedures. The listing also incorporates element details such as quantity in cases and unit price, along with a focus on compliance with the Trade Agreement Act (TAA). By organizing information comprehensively, the document serves to streamline procurement processes for federal and local health projects. This structure highlights the government's efforts to ensure readily available medical supplies in support of healthcare operations, adhering to regulatory measures while addressing local needs effectively.
Mar 27, 2025, 10:04 PM UTC
This document outlines the Bills of Materials for various surgical packs used across multiple VA facilities in the VISN 12 network, including locations in Danville, Hines, Madison, Chicago, and Milwaukee. Each entry includes a tray/pack description, tray number, and a comprehensive list of components with quantities for surgical procedures like cataract surgeries, arthroscopy, podiatry, and more. The document specifies details about the materials used, including surgical gowns, drapes, syringes, and gauze, all of which align with the operational needs of these healthcare facilities. The packs emphasize standardization and efficiency in surgical preparation to ensure patient safety and successful outcomes. Furthermore, the document indicates that all components are expected to adhere to the Trade Agreement Act, signaling compliance with federal procurement regulations. This information is vital for responding to government Requests for Proposals (RFPs) and managing federal grants, ensuring that healthcare providers can maintain a consistent inventory of necessary surgical supplies while adhering to regulatory guidelines.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for various surgical packs utilized within the Veterans Integrated Service Network (VISN) 12, specifically within facilities in Danville, Hines, Madison, Chicago, and Milwaukee. Each surgical pack commonly includes various medical supplies needed for specific procedures, such as cataract surgeries, orthopedic operations, and general surgeries, among others. The document lists comprehensive details including pack numbers, descriptions, components, and associated prices, although most components show a price of $0.00, likely indicating that these packs are pre-defined for governmental procurement processes. The primary objective of this file is to provide a structured and detailed inventory of surgical packs to streamline purchasing and inventory management for healthcare facilities associated with the VA. This information is essential for responding to federal requests for proposals (RFPs) and grants, ensuring compliance with federal regulations while meeting the needs of healthcare providers. By standardizing pack components, the document facilitates improved procurement practices within the VISN framework.
Mar 27, 2025, 10:04 PM UTC
This document presents a detailed breakdown of bills of materials related to various surgical and medical procedure packs utilized at medical facilities within the Veterans Integrated Service Network (VISN) 15, focused primarily on the Kansas City area. It enumerates the different types of packs, such as Major Packs, Total Knee Packs, Cardiac Cath Packs, and various radiology trays, along with their manufacturing stock numbers, quantities per case, and a list of components included in each tray. Additionally, costs are consistently noted as $0.00, suggesting a preliminary or budgetary estimation phase within federal grant or RFP contexts. The structured format categorizes packs by the particular VISN station, enhancing clarity for procurement or operational use. This document serves as essential information for healthcare providers in managing supplies efficiently and complying with governmental regulations such as the Trade Agreement Act.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for various surgical packs utilized within the Veterans Integrated Service Network (VISN) 15, encompassing facilities like Kansas City, Columbia, St. Louis, Topeka, and Marion. It specifies multiple surgical pack types, including Major, Total Knee, Vascular, Pacemaker, and Cystoscope packs, detailing their components and respective packaging specifications. Each pack includes crucial surgical items such as gowns, trays, surgical drapes, and various medical supplies, categorized by manufacturer stock numbers and quantities per case. The pricing details are consistently listed as $0.00 for all packs, indicating that this document may be in an early stage of procurement or budget planning. The purpose of this document is likely to facilitate the procurement process for necessary surgical supplies and ensure standardization across the VISN 15 facilities. This aligns with government RFPs and grants aimed at managing healthcare resources efficiently, emphasizing the importance of maintaining inventory and quality control in surgical settings to enhance patient care.
Mar 27, 2025, 10:04 PM UTC
The document outlines the Bills of Materials for various surgical trays and packs used within the Houston area under the VISN 16 network. It lists multiple specialized trays, including Angio Packs, Cysto Packs, Craniotomy Packs, and various others, accompanied by their respective descriptions, tray numbers, and case quantities. Each entry details the components within these packs, highlighting items like bags, basins, surgical instruments, gown types, dressings, and more, with their quantities and prices. The document also specifies adherence to federal regulations such as the Trade Agreement Act provisions, indicating compliance for sourcing and manufacturing. The primary purpose of this document is to provide a comprehensive inventory of surgical supplies available to assist procurement processes within the governmental healthcare framework. By detailing the components, quantities, and compliance measures, it facilitates accurate bidding and grant applications for government purchases related to medical supplies, thereby ensuring health facilities maintain operational effectiveness and compliance with federal standards. This structured approach to inventory reflects a commitment to improve healthcare delivery while adhering to regulatory obligations.
Mar 27, 2025, 10:04 PM UTC
The document outlines a comprehensive list of surgical packs and their contents for various medical procedures at facilities within the Veterans Integrated Service Network (VISN) 16, specifically focusing on Houston and surrounding stations. Each pack is identified by a specific pack number and price, alongside detailed components required for procedures including Angiology, Craniotomy, Laparoscopy, and others. The packs encompass a full range of surgical items designed for different medical contexts, ensuring availability of necessary tools and materials for hospitals. The main purpose of this document is to facilitate procurement and inventory management by detailing the required supplies for surgical operations, which aids in adhering to government regulations and standards in healthcare procurement. Each entry indicates the items’ manufacturing details and pricing, emphasizing compliance with federal procurement policies, including the Trade Agreement Act. The document serves critical roles in planning, budgeting, and ensuring healthcare facilities are equipped with essential resources for effective surgical care, exemplifying the government’s commitment to supplying efficient healthcare services to veterans and the broader community.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
6515--Endoscopic probe
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of endoscopic probe reprocessing systems, as outlined in their recent request for proposals (RFP). The solicitation emphasizes the need for equipment that is compatible with existing VA machinery and meets specific sterilization requirements, while encouraging participation from small businesses, particularly Service-Disabled Veteran-Owned and Women-Owned Small Businesses. This procurement is crucial for enhancing healthcare technology within the VA system, ensuring compliance with federal acquisition regulations. Interested vendors should submit their proposals electronically and can contact Contracting Officer Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234 for further details.
STERALIZED INSTRUMENT CONTAINERS AND BASKETS
Buyer not available
The Department of Veterans Affairs (VA) is seeking to procure sterilized instrument containers and baskets through a sole source contract with TrillaMed, LLC, the only authorized distributor for Aesculap, Inc. These specialized products are essential for maintaining the integrity of surgical instruments and ensuring compliance with VA sterilization protocols at the Cleveland VA Medical Center. The procurement is critical for enhancing the supply chain of medical equipment within VA facilities, supporting operational integrity and patient care. Interested suppliers may submit their capabilities by April 17, 2025, at 5 PM EST, and all inquiries should be directed to Rachelle Hamer at rachelle.hamer@va.gov.
6515--NX EQ Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Horizontal Endoscope Drying and Storage Cabinets under solicitation number 36C10G25R0015. This procurement aims to enhance patient care by ensuring effective drying and storage of endoscopes, which are critical for preventing bacterial transmission and hospital-acquired infections. The cabinets must meet specific salient characteristics, including compliance with AAMI and AORN standards, and the contract will span an initial 12-month period with four optional extensions. Interested vendors must submit their proposals by May 1, 2025, at 5:00 PM Eastern Time, and can contact Contract Specialist Michael Andrews at michael.andrews6@va.gov or 678-428-5319 for further information.
6515--NE EQ Endoscope Drying and Storage Cabinets - Vertical (VA-25-00066098)
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified vendors for the procurement of vertical Endoscope Drying and Storage Cabinets as part of a national single Requirements contract. This initiative aims to enhance infection control by providing cabinets that maintain a controlled environment for the post-disinfection storage of endoscopes, with a contract period consisting of a base year and four optional years for delivery to various VA medical centers across the United States. The cabinets must utilize HEPA-filtered air and accommodate channel purging to prevent infection, ensuring compliance with specified salient characteristics. Interested vendors must submit their responses, including company details and technical literature, by April 16, 2025, to Levi Russin at Levi.Russin@va.gov or by phone at 757-722-9961 ext-3115.
6515--STERIS RELIANCE 6500 Endoscope Cabinets
Buyer not available
The Department of Veterans Affairs is seeking quotations for the acquisition of three STERIS RELIANCE 6500 Endoscope Drying and Storage Cabinets, including installation, accessories, and a one-year warranty, for the West Roxbury VA Medical Center. This procurement is essential for maintaining compliance with ANSI/AAMI standards and VHA directives regarding endoscope inventory management, as the unique specifications of the STERIS cabinets are critical for the facility's operational needs. The solicitation is set aside for Full and Open Competition under NAICS code 339112, with a response deadline of April 18, 2025, at 10 AM ET. Interested vendors should submit their quotes to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, ensuring adherence to the outlined FAR provisions and competitive evaluation criteria.
6515--PND 04-28-2025 - Actionable-436-S/S- HOT SURGICAL KNIFE (VA-25-00052456)
Buyer not available
The Department of Veterans Affairs is seeking bids for a Hot Surgical Knife system under solicitation number 36C25925Q0355. This procurement aims to acquire specific medical instruments, including a Shaw Scalpel System Controller, associated scalpel blades, and disposable handles, to enhance surgical capabilities for veterans. The selected contractor will be required to deliver the items to the Fort Harrison VA Medical Center in Montana within 60 days after receipt of order, with proposals due by April 17, 2025. Interested offerors must be registered in the System for Award Management (SAM) and submit their quotations, including technical specifications, to the Contract Specialist, Barron Long, at barron.long@va.gov by the specified deadline.
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.
Q523--595-25-4-103-0006 I Vascular Surgeon On Call Services (VA-25-00028900) Total Small Business Set-aside | 5-Year IDIQ Contract: 09/28/2025 - 09/27/2030
Buyer not available
The Department of Veterans Affairs is seeking qualified small businesses to provide on-call vascular surgeon services under a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, valued at approximately $16 million. The contract aims to ensure timely medical response for veterans by securing after-hours and weekend coverage at the Lebanon VA Medical Center, with specific requirements for in-person availability within 60 minutes and adherence to VA standards and federal regulations. This initiative underscores the VA's commitment to enhancing healthcare services for veterans while maintaining high-quality care and compliance with security and privacy policies. Interested parties should contact Contracting Officer David M Santiago at david.santiago2@va.gov, with the contract period running from September 28, 2025, to September 27, 2030.
SOURCES SOUGHT: Pill Packager System, Tulsa, OK, install Sept2025
Buyer not available
The Department of Veterans Affairs (VA) is seeking vendor expressions of interest for the installation of a Pill Packager System at the new Tulsa VA Medical Center, with installation scheduled for September 2025. The procurement aims to acquire an automated unit dose repacking machine that allows for continuous dispensing, customizable packaging options, and advanced reporting capabilities, enhancing the efficiency of pharmaceutical dispensing for veterans. Interested vendors must demonstrate prior experience with similar products and services, comply with relevant regulations, and submit their responses by emailing Monica Christopher at monica.christopher@va.gov, adhering to a five-page limit for submissions. This Sources Sought Notice is not a solicitation for quotes or contracts but serves to gather market information to assist the VA in refining its acquisition strategy.
6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.