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
    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 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, such as digital capture devices, camera control units, and advanced surgical tools, with specific requirements for high-resolution imaging, EHR connectivity, and maintenance services over a base period and three optional renewal years. This initiative is critical for ensuring that healthcare providers have access to modern surgical equipment that meets operational standards and improves patient outcomes. Proposals are due by September 19, 2024, at 4:00 PM Pacific Time, and interested vendors should direct inquiries to Contracting Officer Deronte Reid via email.
    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--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.
    7910-- Scrubbers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small businesses to provide scrubbers for the Fredericksburg Health Care Center located in Fredericksburg, Virginia. This procurement is part of a presolicitation notice indicating that the formal solicitation, identified as number 36C24624Q1407, will be issued around September 18, 2024, with a performance period of 30 days following the receipt of the order. Scrubbers are essential for maintaining cleanliness and hygiene standards within healthcare facilities, underscoring the importance of this acquisition. Interested parties must direct all inquiries and proposals via email to Contract Specialist Jake Puckett at jake.puckett@va.gov, as telephone inquiries will not be accepted. The applicable NAICS Code for this opportunity is 333310, which pertains to Commercial and Service Industry Machinery Manufacturing, with a size standard of 1,000 employees.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of high-tech medical equipment through the "June 2024 Equipment Only Consolidation" initiative. This procurement aims to acquire essential imaging equipment and supplies, specifically targeting the needs of various Veterans Affairs healthcare networks across the United States. The equipment is crucial for enhancing healthcare delivery to veterans, ensuring that facilities are well-equipped to provide quality medical services. Interested vendors must submit their offers by October 30, 2024, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    6515--Custom Sterile Surgical Procedure Packs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the supply of custom sterile surgical procedure packs to approximately 35 VA Medical Centers and Community Based Outpatient Clinics. The VA is seeking a single contractor to provide all associated services, including sterilization, transportation, and delivery, while adhering to federal, state, and local regulations. The key tasks for the awardee include providing labor, materials, and equipment, along with supervision and quality assurance of the custom sterile packs. The contractor will also be responsible for electronic communication, ordering, and reporting systems. A detailed Statement of Work will be included in the solicitation documents. The VA anticipates awarding a single five-year firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Potential applicants should be registered in the System for Award Management (SAM.gov) under the appropriate NAICS code 339113, with an active SAM account at the time of proposal submission and award. Solicitation documents will be available within 30 days at https://sam.gov. Offerors will have access to detailed requirements and instructions, as well as the proposals due date, which will be adjusted based on the actual release date of the solicitation. Eligible applicants should have the necessary certifications, licenses, and expertise in surgical appliance manufacturing and supply. Their SAM.gov registration and representations should be up to date. Regarding funding and contract details, the estimated value of the contract is not provided. However, the VA indicates it will award a firm-fixed price IDIQ contract. Applicants should keep in mind that the actual value of the award may change based on a variety of factors. For more information or clarifications, interested parties can contact Contract Specialist Laura Nabity at laura.nabity@va.gov or by phone at 651-293-3048.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    J065--Medical Instrument Services RFQ Amendment
    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 run through October 31, 2025. The procurement involves on-site repairs, preventative maintenance, and sterilization of surgical instruments, requiring contractors to perform tasks such as inspections, cleaning, and repairs from a mobile unit, all in compliance with established standards and manufacturer specifications. This initiative is crucial for maintaining high-quality healthcare services for veterans, ensuring that all medical instruments are in optimal working condition. Interested vendors must submit their quotes via email to the designated Contracting Officer by September 24, 2024, and may pose questions until September 9, 2024; registration with the System for Award Management (SAM) is also required.
    6525--Brand Name or Equal to Ethicon NeuWave Certus 140 microwave Ablation System. Unrestricted.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the acquisition of a "Brand Name or Equal" Ethicon NeuWave Certus 140 Microwave Ablation System, intended for use in the Interventional Radiology department at the Corporal Michael J. Crescenz VA Medical Center. This advanced medical system is designed to enhance treatment options for veterans suffering from cancer or benign tumors through minimally invasive procedures, featuring capabilities such as simultaneous use of multiple ablation probes and a CO2-based cooling system. The procurement emphasizes adherence to Federal Acquisition Regulation (FAR) clauses and requires vendors to submit their quotes by September 20, 2024, with evaluations based on price and technical acceptability. Interested vendors can reach out to Contracting Officer David M Santiago at david.santiago2@va.gov for further information.
    6515--Wireless Handheld Ultrasound Scanner - CI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contract Office 23, is seeking proposals for the procurement of six Wireless Handheld Ultrasound Scanners, specifically the GE Vscan Air SL H8031VA or equivalent, for the Central Iowa VA Healthcare System. This total Small Business set-aside aims to enhance healthcare services by acquiring advanced medical imaging technology that includes features such as dual-headed probes and optimized presets for various medical scanning purposes. The successful contractor must comply with all applicable security and privacy laws, ensuring robust cybersecurity measures and adherence to federal regulations. Interested vendors should direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov, with all questions submitted at least 72 hours before the response deadline of September 24, 2024, at 4:00 PM Central Time.