Vasculab GSX FDA K131860 Brand Name or Equal) Non-Invasive Physiologic Testing System
ID: W81K0225QA037Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Medical Readiness Contracting Office – Pacific, is seeking quotations for the procurement of the Vasculab GSX FDA K131860 Non-Invasive Physiologic Testing System, or an equivalent product. This solicitation is aimed at small businesses, particularly Women-Owned Small Businesses (WOSB), and emphasizes compliance with federal regulations while supporting the mission of enhancing competition in government procurement. The Vasculab GSX System is a diagnostic tool designed for evaluating peripheral artery disease, and the contract will be awarded based on technical acceptability and price, with a delivery deadline of 60 days after contract award to Madigan Army Medical Center in Joint Base Lewis McChord, Washington. Interested parties must submit their quotes electronically by 10:00 AM PDT on May 7, 2025, to the designated contacts, Brittany Chartier and Scott Barr, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a new multi-channel medical diagnostic system, specifically the Vasculab GSX or an equivalent model. It requires a 12-channel multi-port inflator for non-invasive vascular exams, ergonomic features, and advanced connectivity capabilities, including compliance with IAC standards and integration with PACS/DICOM. Key components include a medical-grade antimicrobial computer, a wireless remote, various cuffs, and specialized diagnostic tools. The system must also operate on battery for up to 12 hours and include imaging capabilities. A full day of on-site installation and training is mandated, along with a warranty of two years for equipment and six months for patient-applied parts. The urgency of this procurement is highlighted by concerns over the performance decline of the current equipment, which has surpassed its life expectancy. Overall, the RFP emphasizes the need for a reliable, efficient, and technologically advanced solution to enhance diagnostic capabilities for peripheral vascular disease.
    The document outlines a solicitation for the procurement of commercial products and services, specifically tailored for Women-Owned Small Businesses (WOSB). It includes key information such as the contract number, solicitation dates, and points of contact for inquiries. The primary focus of the acquisition is the Vasculab GSX System, a diagnostic tool for evaluating peripheral artery disease, with specifications for its features and warranties. Each line item provides details about the items requested, including quantity and delivery instructions, while emphasizing compliance with various federal regulations, payment instructions, and clauses related to small business participation. The document mandates that quotes must meet specific criteria and are to be submitted electronically, with an all-or-nothing award basis for the contract. This solicitation aims to support the mission of including small business concerns in federal contracting, thus facilitating opportunities for women-owned entities and enhancing competition in government procurement.
    Similar Opportunities
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    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.
    Sources Sought - GE Venue Go R4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 17, is seeking responses for a Sources Sought Notice regarding the acquisition of a Venue Go R4 Focus Package and associated probes for the Amarillo VA Medical Center's CathLab. This procurement aims to enhance the capabilities of physicians in detecting arterial blockages through the provision of a Venue Ultrasound Unit, which will include all necessary system components for echocardiographs and interventional studies, adhering to relevant guidelines during installation. Interested parties must submit their responses by December 16, 2025, at 10:00 AM CT, including essential business information and an authorization letter from GE Precision Healthcare Ultrasound Systems, with inquiries directed to Rafael Rodriguez at Rafael.Rodriguez2@va.gov or (254) 560-0262.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    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.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    6525--Sonosite ST Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, is seeking quotes for the procurement of one Sonosite ST Ultrasound System, along with necessary accessories, for the Manchester VA Medical Center in Manchester, NH. This procurement is a brand-name-only requirement, emphasizing the unique features and compatibility of the Fujifilm SonoSite system with existing equipment, which is crucial for ensuring patient safety and reducing training and maintenance costs. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns must submit their quotes by December 19, 2025, at 10 AM Eastern Time, to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, with delivery expected within 30 days of order receipt.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    Zoll R Series, Advanced Life Support (ALS) Monitor/Defibrillator with Expansion Pack, Pulse Oximetry (SPO2), End-Tidal Carbon Dioxide (EtCO2) (MAINSTREAM), OneStep Pacing, and Non-Invasive Blood Pressure (NIBP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to procure the Zoll R Series Advanced Life Support (ALS) Monitor/Defibrillator, which includes an expansion pack, pulse oximetry (SPO2), end-tidal carbon dioxide (EtCO2), OneStep pacing, and non-invasive blood pressure (NIBP) capabilities. This procurement aims to enhance medical response capabilities by providing advanced monitoring and defibrillation equipment essential for emergency medical services. The equipment is critical for ensuring effective patient care in various medical situations, particularly in military and emergency response settings. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    6515-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.