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
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.