6515--NX EQ Washers Lab Surgical Instrument Ultrasonic
ID: 36C10G24R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Washers Lab Surgical Instrument Ultrasonic units under Solicitation Number 36C10G24R0004. The objective is to acquire brand name or equivalent ultrasonic cleaning equipment designed for the effective removal of biological debris and contaminants from surgical instruments and labware, which is critical for maintaining hygiene and safety in VA Medical Centers nationwide. This procurement will establish a single award Requirements Contract with a base period of 12 months and four optional 12-month renewals, emphasizing compliance with specified technical requirements and the inclusion of ancillary products that enhance functionality. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Contract Specialist Alex Beck at Alex.Beck1@va.gov.

    Point(s) of Contact
    Alex BeckContract Specialist
    (360) 852-9892
    Alex.Beck1@va.gov
    Files
    Title
    Posted
    The document outlines an extensive Request for Proposal (RFP) concerning the procurement of InnoWave medical equipment and accessories, including ultrasonic irrigators, seismic anchoring kits, and various associated tools. The RFP specifies required items, quantities per unit measure, and the estimated demand over five years. Vendors are encouraged to propose brands that meet specified salient characteristics and to provide detailed information on their proposals, including manufacturer names and part numbers. Additionally, there are provisions for equivalent products, emphasizing the need to follow strict guidelines and specifications. The pricing structure includes management for annual operational costs, estimated quantities, and obligations for timely delivery. Overall, the RFP serves as a formal invitation for suppliers to submit competitive bids, ensuring compliance with government procurement standards while aiming to enhance medical operational capacity through the proposed equipment. This initiative reflects the government's commitment to sourcing high-quality medical tools for healthcare facilities.
    The document outlines the contract administration and invoicing instructions for a procurement agreement involving the U.S. Department of Veterans Affairs (VA). It identifies key contacts, including the Contracting Officer, Contract Specialist, and Program Office Point of Contact. Payment procedures require the contractor to submit electronic invoices within 30 days of delivery, adhering to the Improper Payment Elimination and Recovery Act mandates. The document specifies the use of Tungsten's Electronic Invoice Presentment and Payment System for submitting invoices and outlines the acceptance of only prescribed electronic submission methods. Additionally, important terms of the contract include obligations of the vendor to fulfill orders, stipulations regarding acceptable items, and conditions for potential replacement of products. The document emphasizes that only designated Ordering Officers can place orders and highlights shipment requirements, such as shipping to government locations and including detailed delivery tickets. Monthly and quarterly reporting is mandated for compliance tracking, stating specific deadlines for submission. This comprehensive set of guidelines aims to ensure proper contract management and financial accountability for services rendered under the VA's procurement framework.
    The document outlines contract clauses relevant to a procurement action by the Department of Veterans Affairs, specifically addressing mandatory disclosures, service level agreements (SLA), and contract execution protocols. Key provisions include the requirement for contractors to report sales quarterly, including specific sales data and remittance of SLA fees within specified timeframes. The SLA fee is currently set at 3.0%, incorporated into contract pricing for transparency. Liquidated damages at $37.50 per day for delays are stipulated, alongside clauses enforcing compliance with various federal statutes concerning ethical practices, acquisition regulations, and responsibilities towards small businesses and labor standards. The document further details the procedures for ordering, contract term extensions, and prohibitions against gray market and counterfeit items. It emphasizes maintaining a clear record of dealings, encouraging contractor compliance with federal requirements, and ensuring the quality of supplied products. This structured approach illustrates the government’s efforts to enforce accountability and ethical standards in procurement processes while supporting small business engagement and regulating specific market practices.
    The document outlines the solicitation provisions for federal contracts related to telecommunications and surveillance services, particularly concerning compliance with the John S. McCain National Defense Authorization Act. It specifies that Offerors must represent whether they provide or use covered telecommunications equipment and services, with particular attention to avoiding equipment linked with national security risks. Key provisions include a certification regarding responsibility matters and guidance on proposal submissions, which must include technical capability, past performance, veterans' preference, and pricing. Proposals will be evaluated based on technical acceptability, past performance, and price, with a notable emphasis on technical capability over other criteria. The submission must adhere to strict formatting requirements and include detailed representations concerning the offeror's legal standing, including tax liabilities and felony convictions. Additionally, considerations for veterans and small businesses are highlighted, ensuring those statuses are validated during the proposal evaluation process. This document serves as a critical guide for vendors intending to engage with the government under this RFP, underscoring the procedural and qualification requirements for successful participation.
    The document outlines various contracts associated with the Department of Veterans Affairs (VA) across multiple healthcare networks in the United States for the fiscal year 2025. It includes details such as contractor information, contract numbers, line items, and facility locations within different VA networks, including the VA New England Healthcare System, VA Pittsburgh Healthcare System, VA Capitol Health Care Network, and several others. Each healthcare network is identified by a specific VISN (Veterans Integrated Service Network) number, with corresponding facilities listed by state and region. The document aims to track service level agreements (SLA), sales quantities, and financial data related to the products or services rendered. Additionally, it monitors the sales patterns across these facilities, including total quantities sold and sales amounts, as part of federal procurement processes focused on efficient service delivery to veterans. Overall, the main purpose is to facilitate transparency and management of government contracts related to veteran healthcare services.
    This document is an attachment for a past performance reference related to the solicitation 36C10G24R0004 for the NX EQ Washer Surgical Instrument Ultrasonic. It outlines the information required from an offeror concerning their previous contracts, which is crucial for evaluating their ability to perform under the current solicitation. Essential fields include the offeror's name, their relationship to the contracting organization (as a prime or subcontractor), details about the contract type, financial information, performance periods, and contact information for both the contracting officer and program manager. Additionally, it necessitates a description of the work done, highlighting its relevance to the current requirement, and any performance issues encountered, along with corrective actions taken. This structured approach ensures a comprehensive understanding of the offeror's past performance, facilitating informed decisions in government procurement processes by assessing their reliability and competency.
    The Department of Veterans Affairs (VA) is soliciting feedback on past performance from references cited by offerors for a contract concerning the acquisition of ultrasonic surgical instrument washers. The Past Performance Questionnaire is designed for references to assess offerors in key areas: quality of service, cost control, timeliness of performance, and business relations. Each category is rated on a scale from unsatisfactory to excellent, with space for additional comments to aid in evaluation. References are expected to provide detailed information about the offeror's previous contract performance, including any instances of show cause or stop work orders, and their overall satisfaction with the offeror's services. The completed questionnaires must be submitted via email by September 26, 2024. This feedback is crucial for the agency's decision-making in awarding the contract, ensuring the selected offeror meets the required level of service and reliability.
    The U.S. Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) under Solicitation Number 36C10G24R0004, seeking to acquire brand name or equivalent Washers Lab Surgical Instrument Ultrasonic units for use in its VA Medical Centers nationwide. The equipment is designed to effectively clean labware and surgical instruments utilizing ultrasonic energy. A single award Requirements Contract will be established, covering a base period of 12 months with four optional 12-month renewals. Proposals must demonstrate compliance with specified technical requirements and provide both cost and technical information. Offerors may propose equivalent products that meet specified salient characteristics, including sonic or ultrasonic frequency operation, load capacity, touch controls, data recording capabilities, and compatibility with robotic instruments. Key dates include a deadline for questions by September 13, 2024, and proposal submissions by September 26, 2024. Offerors must be registered in the System for Award Management (SAM) and are encouraged to provide additional products or services that enhance functionality. The VA aims to streamline procurement while ensuring quality and compliance with federal regulations for medical equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NX EQ WASHER DECONTAMINATION UNITS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ Washer Decontamination Units to enhance patient care across its medical centers nationwide. The units are essential for the automatic or semiautomatic cleaning and decontamination of surgical instruments and other critical medical devices, ensuring compliance with health and safety standards. This procurement will be conducted under solicitation number 36C10G24R0032, with a single award Requirements contract anticipated, including a base year and four option years. Interested vendors must submit their proposals, including technical and pricing information, by September 18, 2024, and can direct inquiries to Trevor Mason or Sara Vickroy via email.
    6515--JOPC SPS Instrument Washer & Disinfectant 36C24824Q1625
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement and installation of two AMSCO 7053HP Instrument Washers & Disinfectants at the Jacksonville Outpatient Clinic, part of the North Florida South Georgia Veterans Health System. The contract requires the deinstallation of existing units and the installation of new equipment, which is essential for the cleaning and intermediate-level disinfection of surgical instruments within the Sterile Processing Service. This procurement is part of the VA's initiative to modernize medical equipment to enhance healthcare services for veterans, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested vendors must submit their proposals by September 18, 2024, at 5:00 PM Eastern Time, and can contact Contract Specialist Jeremy Parrish at Jeremy.Parrish@va.gov for further information.
    6515--MEDICAL EQUIPMENT SPS CLARUS DIGITAL INSPECTION SCOPES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of Clarus Digital Inspection Scopes, including a 2mm x 110 cm scope and a 1mm x 110 cm dual USB enclosure flexible mount. This contract aims to acquire essential medical equipment that meets strict specifications for examining medical instruments, ensuring functionality and compliance with federal regulations. The selected vendor will be required to deliver the products within 30 days after receipt of order to designated VA locations in Vancouver, WA. Interested parties should submit their offers by September 17, 2024, and can contact Contract Specialist Lalenia Maria at Lalenia.Maria@va.gov for further information.
    6515--SURGICAL EQUIPMENT LEASE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the lease of surgical equipment through an unrestricted Request for Quotation (RFQ), identified as solicitation number 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, maintenance services, and protective coverage, with specific requirements for high-resolution imaging capabilities, seamless integration with hospital systems, and compliance with federal regulations. This initiative underscores the government's commitment to improving healthcare service delivery and operational efficiency, with proposals due by September 18, 2024, at 4:00 PM Pacific Time. Interested vendors should direct inquiries to Contracting Officer Deronte Reid via email at Deronte.reid@va.gov.
    6515--Ultrasound Tables and Exam Tables
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide ultrasound tables and exam/treatment combination units for the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, WA. The procurement includes specific requirements for two models of ultrasound tables and five exam/treatment chairs, emphasizing features such as motorized height adjustments, substantial weight capacities, and compliance with accessibility standards. This initiative is part of the VA's commitment to enhancing healthcare facilities for veterans, ensuring they are equipped with high-quality medical equipment. Proposals are due by September 18, 2024, at 2:00 PM Central Standard Time, and interested parties should contact Contract Specialist Martin Torres at martin.torres@va.gov for further details.
    6515-- GE Healthcare LOGIQ e R9 Systems Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of one GE Healthcare LOGIQ e R9 Systems Ultrasound Machine, intended for use at the Sheridan VA Medical Center in Wyoming. The ultrasound machine must meet specific criteria, including a minimum 14” full touchscreen, two active probe ports, and wireless capabilities for real-time imaging, to enhance ultrasound-guided vascular access for veterans. This procurement reflects the VA's commitment to providing essential medical services while supporting small businesses, as the solicitation is set aside exclusively for small businesses, with quotes due by 2:00 PM Mountain Time on September 20, 2024. Interested vendors should submit their quotes via email to Contract Specialist Marc Del Valle at marc.delvalle@va.gov, and any inquiries must be made in writing by September 18, 2024.
    J065--Medical Instrument Services RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Instrument Services at the Saginaw VA Medical Center in Michigan, with the contract anticipated to commence on November 1, 2024, and conclude on October 31, 2025. The selected contractor will be responsible for on-site repairs, preventative maintenance, and sterilization of surgical instruments, adhering to manufacturer specifications and maintaining comprehensive service records as outlined in the Statement of Work. This procurement underscores the VA's commitment to high standards of health services through professional maintenance of medical instruments, ensuring compliance with federal procurement regulations. Interested vendors must submit their quotes via email to Contracting Officer Jeannie Ortiz by September 20, 2024, and may direct any questions regarding the solicitation until September 9, 2024, to the same contact.
    Dishwashers for CLC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of ten Miele Integrated Dishwashers for the VA Medical Center located in Long Beach, California. The dishwashers must meet specific requirements, including ADA compliance, a sound level of 46 dB(A), and the ability to handle large dishware loads, with advanced features such as AutoOpen assisted drying and active condensation drying. This procurement is essential for enhancing the kitchen operations within the facility, ensuring efficient and compliant equipment for institutional use. Interested vendors must submit their proposals by September 16, 2024, at 2:00 PM Central Time, and are required to register in the System for Award Management (SAM) prior to bidding. For further inquiries, vendors can contact Martin A Torres at martin.torres@va.gov or Dewana Raynor at dewana.raynor@va.gov.
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    6630--36C249-24-AP-1842 - Urinalysis Contract Nash
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for a Urinalysis Contract under solicitation number 36C249-24-AP-1842, aimed at providing analytical laboratory instruments and services. The procurement includes maintenance and repair services for chemistry analyzers, with specific requirements for backup instrumentation and field service support, which will be available on an 8x5 schedule with 24/7 technical phone assistance. This contract is crucial for ensuring the operational efficiency of laboratory services within the VA facilities. Interested vendors should note that the deadline for quote submissions has been extended to September 17, 2024, and can direct inquiries to Contract Specialist Jeannette Morphew at Jeannette.Morphew@va.gov.