6515--GI, ENT NEW IDIQ 5 year contract
ID: 36C26225Q0258Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking vendors to submit quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the procurement of medical scopes for the Veterans Integrated Service Network (VISN) 22. This contract aims to establish a flexible procurement framework for high-quality, FDA-approved medical scopes, including those used in gastrointestinal and pulmonary procedures, with a guaranteed minimum value of $1,000 and a maximum potential value of $45 million over a five-year period. The selected contractor will be responsible for providing equipment that meets strict performance standards, including installation, training, and maintenance services, ensuring operational readiness across multiple healthcare facilities. Interested vendors must submit their proposals electronically by February 20, 2025, and can direct inquiries to Carlo Manuel at carlo.manuel@va.gov or by phone at 562-503-7111.

    Point(s) of Contact
    Carlo ManuelCarlo.manuel@va.gov
    (562) 503-7111
    carlo.manuel@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice for a Request for Quotation (RFQ) regarding the procurement of medical scopes under the VISN 22 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to create a flexible framework for acquiring medical scopes that meet the diverse requirements of healthcare facilities over a specified duration. Interested vendors are encouraged to review the attached documents—labeled Attachments A through E—which detail specifications, quantities, and service terms essential for submitting quotations. The notice underscores the importance of these documents in understanding the procurement's expectations. Participation in this RFQ process is welcomed, with further inquiries directed to the provided email address for clarification.
    The document outlines a federal contract proposal for medical equipment and supplies, primarily featuring products from Olympus America. The contract specifies a guaranteed minimum award of $1,000 and a maximum value of $45 million for potential orders. It includes a comprehensive list of various high-definition medical equipment such as endoscopes, colonoscopes, bronchoscopes, video processors, and related accessories. The proposal emphasizes the government’s discretion in order placement, with no guarantee of meeting the maximum order value. The structured inventory includes specific model names, quantities, and applications, indicating a focus on acquiring advanced medical technology to enhance healthcare capabilities. Overall, the document serves as a formal request for proposals (RFP), seeking suppliers capable of fulfilling the outlined equipment needs, reflecting the government's objective to improve medical infrastructure and healthcare delivery.
    The file outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Department of Veterans Affairs (VA), specifically for medical scopes and related equipment within the Veterans Integrated Service Network (VISN) 22. The contract encompasses leasing and purchasing options with a guaranteed minimum of $1,000 and a maximum of $45 million. It is structured for a five-year base period, allowing individual facilities to place orders that can extend through four additional option years. The contractor must provide high-quality, FDA-approved scopes for diverse medical applications such as gastrointestinal and pulmonary procedures, adhering to strict performance standards, including high-definition (HD) imaging capabilities. Support features require professional installation, warranties, comprehensive training, and ongoing maintenance. The contractor is also responsible for ensuring equipment is new and compliant with industry standards. Delivery timelines, along with stringent acceptance criteria regarding performance, ensure that the equipment meets operational readiness. Additionally, the document includes specific conditions regarding security, background checks, and insurance requirements. Overall, this contract showcases the VA's commitment to improving medical service delivery through modern and effective medical technologies at multiple facilities across the region.
    The document outlines a proposal by Olympus for the provision of medical equipment and services, including terms for loaner arrangements during servicing. Key items listed for equipment supply include advanced medical devices like the EVIS EXERA III colonoscopes, light sources, video processors, and various accessories, totaling a comprehensive medical setup aimed at improving healthcare delivery. Additionally, terms regarding the availability of loaner units are specified, distinguishing between Central Loaners (provided while equipment is serviced) and On-Site Loaners (stationed at the facility for the contract term). Important conditions are set regarding the cost implications of late returns or unforeseen circumstances affecting the equipment's return. The document emphasizes the responsibilities of the customer concerning the maintenance and return of loaned items, including potential financial penalties for non-compliance. This proposal is relevant to government RFPs and grants, as it demonstrates the commitment to enhancing healthcare facilities while ensuring the availability and reliability of medical equipment, essential for maintaining clinical operations.
    The proposal for Tucson GI details the procurement of medical equipment and services over a base year with an option for four additional years. It includes an extensive list of equipment, specifying quantities and model descriptions, such as UHD monitors, medical-grade touch panels, and various imaging devices. Key items include multiple OTV-S200 units, various configurations of UHD monitors, and essential licenses for content management. The document emphasizes the requirement for high-quality, specialized medical equipment, underscoring its importance in supporting healthcare initiatives. It is structured as a detailed inventory aimed at meeting specific healthcare operational needs, aligning with government RFP standards for quality and compliance in public health facilities. Overall, this proposal represents a strategic investment in medical technology to enhance patient care capabilities within the Tucson region.
    The document details a proposal for the GI Tucson project, which includes a base contract with four option years covering service provisions. It outlines a comprehensive equipment listing for medical devices primarily used in endoscopic procedures. Notable items include two ARIETTA 850 AT ultrasound systems, various scopes such as the GF-UCT180 curvilinear EUS scope and advanced gastroenterological devices. The equipment list comprises numerous specialized tools like video systems, LCD monitors, and specific cables essential for the operation of these instruments. The intent behind this RFP is to procure state-of-the-art medical equipment to enhance diagnostic and therapeutic capabilities within healthcare settings, aligning with federal and state government requisites for advanced medical service offerings. The document serves as a formal request for proposals to suitable vendors, emphasizing the importance of quality, accessibility, and compliance in medical equipment procurement.
    The document outlines a Request for Quotation (RFQ) by the Department of Veterans Affairs for leasing GI and ENT medical scopes under the solicitation number 36C26225Q0258. It specifies the required capabilities and characteristics of the medical equipment, including high-definition video processors, wireless transmission features, and various imaging technologies essential for gastrointestinal and pulmonary procedures. The contract is open to all vendors, showcasing a five-year performance period where VA facilities can issue delivery orders as necessary. Key requirements include compliance with FDA standards, installation support, warranty provisions, user manuals, and a comprehensive service/maintenance program. Offers must be submitted electronically by February 20, 2025, ensuring adherence to outlined criteria. The RFQ emphasizes the importance of authorized distributor letters from manufacturers and requires compliance with various federal acquisition regulations. This RFQ reflects the VA's commitment to outfitting its medical centers with advanced and compliant equipment to enhance healthcare services for veterans.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Equivalent to Medivators Endoscope Reprocessing POP: 3-24-2025 through 6-23-2025
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the procurement of four Medivators Advantage Plus Endoscope Reprocessing Systems, or equivalent models, to enhance the Sterile Processing Service's capabilities in cleaning and disinfecting endoscopic instruments. This initiative is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to ensure compliance with federal wage determinations under the Service Contract Act, promoting fair labor practices. The contract performance period is from March 24 to June 23, 2025, with responses due by March 21, 2025. Interested parties should contact Contract Specialist Christopher Rossi at Christopher.Rossi2@va.gov for further details.
    6515--Full SDVOSB set-aside BRAND NAME OR EQUAL TO Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract to procure a brand name or equal to the Stryker Endoscopic Video System. The procurement includes advanced medical imaging equipment, such as 4K resolution cameras, CO2 insufflators, LED lighting, and high-definition monitors, aimed at enhancing healthcare delivery for veterans at the Spokane Veteran Affairs Medical Center. This initiative underscores the importance of acquiring high-quality surgical equipment to improve diagnostic capabilities and patient data management. Interested vendors must submit their proposals by March 13, 2025, at 11:00 AM Pacific Time, and all inquiries should be directed to Contract Specialist Andrew Barrow at Andrew.Barrow@va.gov.
    Endoscope Surgical Towers
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the procurement of multi-operating room Video Integration Systems and endoscope surgical towers, aimed at enhancing surgical procedures for veterans. This advanced equipment is designed to improve the safety, mobility, and accuracy of laparoscopic and arthroscopic surgeries, incorporating features such as ICG imaging and customizable surgeon profiles to optimize image capture and display. The RFQ is expected to be released around March 18, 2025, and interested businesses should direct inquiries regarding RFQ number 36C24W25Q00741 to Amelia Roberson at Amelia.Roberson1@va.gov or by phone at 254-278-6424.
    6540--VISN 1 Optical IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide prescription eyeglasses and optician services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, titled "6540--VISN 1 Optical IDIQ." The contract aims to ensure the timely production and delivery of high-quality eyewear for veterans, with a total estimated value of $48 million over a five-year period, requiring adherence to strict quality assurances and timely delivery within five business days. This procurement is crucial for maintaining the health and well-being of veterans by providing essential optical services, reflecting the government's commitment to high-quality care. Interested parties must submit their offers by the extended deadline of March 18, 2025, at 10 AM EDT, and can contact Contract Specialist Divianna N Mathurin at Divianna.Mathurin@va.gov for further information.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    SUBJECT* MED/SURGE 7‐line Provox supplies ‐ Tucson & Lancaster CMOPs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of seven medical and surgical products, specifically Provox supplies, for the Consolidated Mail Outpatient Pharmacy (CMOP) locations in Tucson and Lancaster. This procurement is structured as a firm-fixed-price contract with a total anticipated value under $7.5 million, requiring monthly and bi-monthly deliveries to meet physician prescriptions without substitution. The products are critical for patient care, and the solicitation is unrestricted, encouraging participation from small businesses, including those owned by veterans and women, while adhering to the Buy American Act. Interested vendors must submit their proposals by March 14, 2025, and can contact Jennifer L. Knight at jennifer.knight@va.gov or 913-684-0162 for further information.
    6835--VISN 16 - Medical Gases
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply medical gases for its Veterans Integrated Service Network (VISN) 16 facilities. This procurement involves a firm fixed price contract for the delivery, filling, transportation, and maintenance of various medical gases, including nitrogen, oxygen, helium, and specialty gases, over a five-year period from August 30, 2025, to August 29, 2030. The contract is crucial for ensuring that veterans receive the necessary medical support, with a minimum guaranteed value of $25,000 and a total contract ceiling of $6,975,000. Interested parties must submit their quotes by April 10, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles J Morin, via email at charles.morin@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    GI SCOPE LEASE CLE
    Buyer not available
    The Department of Veterans Affairs is seeking to lease Olympus gastrointestinal scopes to support medical procedures for veterans at designated facilities in Cleveland, Ohio. The procurement involves a firm fixed-price lease for specialized colonoscopes and bronchoscopes, which are essential for compatibility with existing medical equipment at the Louis Stokes Cleveland VAMC. The estimated contract value is $473,596.44, with a performance period from December 1, 2024, to November 30, 2025. Interested vendors must submit their capabilities by November 14, 2024, and all inquiries should be directed to Rachelle Hamer at rachelle.hamer@va.gov.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    Q201--FY25 SOUTHERN ZONE DME CONTRACT
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Durable Medical Equipment (DME) and related services for the Miami VA Healthcare System and West Palm Beach VA Medical Center. The contractor will be responsible for the delivery, setup, repair, maintenance, and sanitation of medical equipment to enhance patient care for veterans, with a contract duration of one base year and four optional 12-month extensions, totaling a maximum value of $19 million. This procurement is critical for ensuring high-quality healthcare services for veterans, adhering to strict compliance standards from The Joint Commission and CMS. Interested parties should contact Jessica M. Kiser at Jessica.Kiser@va.gov for further details and to submit proposals in response to the solicitation.