ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM

DEPARTMENT OF VETERANS AFFAIRS 36C10G26R0001
Response Deadline
Oct 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking proposals for the NX EQ Image-Guided Surgical Navigation System, aimed at enhancing surgical procedures across its medical facilities. This procurement involves a nationwide Requirements Contract for a stereotactic computer-aided surgical system that integrates medical imaging and instrument tracking to assist in minimally invasive surgeries, including neurosurgery and orthopedic procedures. The contract includes a base period of 12 months with four additional option years, and it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties must submit their proposals by October 17, 2025, at 4 PM EDT, and can direct inquiries to Trevor Mason or Sara Vickroy via email.

Classification Codes

NAICS Code
334510
Electromedical and Electrotherapeutic Apparatus Manufacturing
PSC Code
6515
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES

Solicitation Documents

10 Files
36C10G26R0001.pdf
PDF289 KBOct 15, 2025
AI Summary
This government solicitation, 36C10G26R0001, issued by the U.S. Department of Veterans Affairs, seeks proposals for a nationwide Requirements Contract for the Medtronic Image-Guided Surgical Navigation System or equivalent. The contract includes accessories, consumables, installation, training, proctoring services, annual warranty, and maintenance. Key dates include an offer due date of October 15, 2025, at 9:00 AM EST, with questions due by October 2, 2025, and bid intentions by October 8, 2025. The contract is set aside 100% for Small Business and specifies NAICS code 334510 with a 1250-employee size standard. The period of performance includes a 12-month base period and four 12-month option years. The document outlines detailed invoicing procedures, mandatory electronic submission via Tungsten, and reporting requirements, including monthly and quarterly reports. It also addresses terms and conditions for product refresh, removal, or recall, emphasizing compliance with federal regulations and VA policies.
36C10G26R0001 0001.pdf
PDF171 KBOct 15, 2025
AI Summary
Amendment 0001 for Solicitation Number 36C10G26R0001, issued by the U.S. Department of Veterans Affairs, extends the deadline for offers. The original Request for Proposals (RFP) due date of October 15, 2025, has been extended to October 17, 2025, at 4 PM EDT. This amendment, dated October 14, 2025, serves solely to modify the submission timeline, with all other terms and conditions of the solicitation remaining unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
ATTACHMENT A - PRICE COST SCHEDULE - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.xlsx
Excel214 KBOct 15, 2025
AI Summary
The government file 36C10G23R0016 lists 812 distinct Medtronic products, primarily surgical navigation systems, instruments, and related software and accessories. The document details various StealthStation™ models (S7, S8, EM Cranial/ENT), O-arm™ imaging systems, Mazor X Stealth Edition robotics, and a wide array of associated kits, probes, drivers, clamps, and software licenses. It also includes numerous service contracts covering different aspects of these systems, such as maintenance, hardware, software upgrades, and training. The listed items indicate a procurement or inventory document focusing on advanced medical technology for surgical navigation and robotics.
ATTACHMENT B - PRODUCT DESCRIPTION - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.docx
Word259 KBOct 15, 2025
AI Summary
The Department of Veterans Affairs' Strategic Acquisition Center is seeking an Image-Guided Surgical Navigation System for the Veterans Health Administration (VHA) through a national single-award Requirements contract. This stereotactic computer-aided surgical system assists in minimally invasive procedures by integrating medical imaging (CT, MRI), software, and instrument tracking to provide real-time 3D positioning without an endoscope. The system is used for various procedures, including neurosurgery, cardiac mapping, biopsies, and cranial, spinal, orthopedic, and laryngological surgeries. The contract has a 12-month base period and four 12-month option periods. Offerors must provide a
ATTACHMENT C - CONTRACT CLAUSES - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.docx
Word67 KBOct 15, 2025
AI Summary
This government file outlines contract clauses for the NX EQ Image-Guided Surgical Navigation System, focusing on mandatory disclosures, service level agreement (SLA) fees, and various federal acquisition regulations (FAR) and Department of Veterans Affairs Acquisition Regulations (VAAR) clauses. Key provisions include electronic disclosure requirements to the VA OIG, a 3.0% SLA fee to be embedded in prices and remitted quarterly with sales reports, and strict adherence to numerous FAR clauses covering areas such as business ethics, prohibitions on certain hardware/software, small business utilization, labor standards, and Buy American Act compliance. Notably, the contract is a requirements contract with specific ordering limitations and an option to extend for up to five years. It also mandates the provision of new, OEM equipment, prohibiting used or gray market items. For Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), strict certification, subcontracting limitations, and compliance with the VA Veterans First Contracting Program are enforced, with penalties for misrepresentation. Additionally, the contract includes clauses for equipment manuals, proper packing for shipment, and compliance with Executive Order 13899 on Combating Anti-Semitism.
ATTACHMENT D - SOLICITATION PROVISIONS - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.docx
Word106 KBOct 15, 2025
AI Summary
This Request for Proposal (RFP) for NX EQ Image-Guided Surgical Navigation Systems is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals must adhere to strict formatting, content, and submission guidelines, including a 90-day firm offer period. Offers are evaluated based on Technical, Past Performance, and Price factors, with non-price factors being significantly more important than price. Technical proposals must meet all salient characteristics and will be rated on safety, design, diagnostic tools, and quality. Past performance will be assessed based on recent and relevant contracts, using CPARS and PPQs. Price evaluation includes a 3% Service Level Agreement fee and considers volume discounts and unbalanced pricing. Additionally, offerors must comply with federal regulations regarding telecommunications equipment and services, responsibility matters, and complete various certifications and representations.
ATTACHMENT E -QUARTERLY SALES REPORTING TOOL - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.xlsx
Excel43 KBOct 15, 2025
AI Summary
This document is a comprehensive list of VA facilities organized by VISN (Veterans Integrated Service Network) and further broken down by specific healthcare systems and individual facilities. It appears to be a reporting template for tracking sales or quantities of items, likely related to contracts or procurement within the VA system for the first quarter of fiscal year 2026. The document outlines various VA New England, New York/New Jersey, Pittsburgh, Capitol, Mid-Atlantic, Southeast, Sunshine, MidSouth, Health Care System, Great Lakes, Heartland, South Central, Heart of Texas, Rocky Mountain, Northwest, Sierra Pacific, Desert Pacific, and Midwest Health Care Networks, listing the associated facilities and their respective identification numbers. The lower section of the document includes fields for reporting "Quantity Sold of Item" for 22 different items, as well as financial metrics such as "Total Quarterly Quantity Sold x Price," "Total Quarterly Sales inclusive of the SLA," "Anticipated SLA," and "Total Sales amount without the SLA (Figure uploaded in Pay.gov)." It also includes a line for "SLA Received (For HINES FISCAL ONLY)." This structure suggests its use in financial and inventory reporting for federal government contracts or grants related to VA healthcare facilities.
ATTACHMENT F - PAST PERFORMANCE QUESTIONNAIRE - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.docx
Word27 KBOct 15, 2025
AI Summary
Attachment F is a Past Performance Questionnaire for Solicitation No. 36C10G26R0001, issued by the Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC). The solicitation is for the NX EQ Image-Guided Surgical Navigation System – Medtronic Image-Guided Surgical Navigation System or Equal. Offerors are required to send this questionnaire to up to five references from the past three years. The questionnaire asks references to rate the offeror on Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, using a scale of 1 (Unsatisfactory), 2 (Satisfactory), and 3 (Excellent). References are also asked to provide comments and indicate if they would work with the offeror again. The completed questionnaires are due by October 15, 2025, at 0900 EST, and should be emailed to Trevor Mason and Sara Vickroy.
ATTACHMENT G - PAST PERFORMANCE REFERENCE - NX EQ IMAGE-GUIDED SURGICAL NAVIGATION SYSTEM.docx
Word25 KBOct 15, 2025
AI Summary
Attachment G, "Past Performance Reference," is a standardized form for solicitations, specifically 36C10G26R0001, for the NX EQ Image-Guided Surgical Navigation System. This document requires offerors to provide detailed information on up to three past performance references. For each reference, the offeror must specify the company that performed the work, its relationship to the offeror (offeror or subcontractor), and its role on the contract (prime or subcontractor). Key details required include the contracting organization, contract/task order number, contract type, total awarded and final prices, period of performance, and contact information for the Contracting Officer and Program Manager. Offerors must also provide the NAICS Code, indicate if CPARS/PPIRS reports were completed, describe the requirement's relevance to the solicitation, and explain any performance issues, corrective actions, and their results. A checkbox is provided for offerors with no relevant or recent past performance.
ATTACHMENT H_CONTRACT SECURITY HANDBOOK 6500_6_APPENDIX C.pdf
PDF188 KBOct 15, 2025
AI Summary
VA Handbook 6500.6, Appendix C, outlines mandatory information security and privacy requirements for contractors, subcontractors, and their personnel working with the Department of Veterans Affairs (VA). These requirements ensure compliance with federal laws, regulations, and VA policies regarding data protection, access to information systems, incident reporting, and system design/hosting. Key provisions include unlimited government rights to data, strict controls on VA information use and co-mingling, mandatory security training, and immediate reporting of security incidents. The handbook also details requirements for information system hosting, security assessments, product integrity, anti-malware measures, cryptographic standards, and patching governance, especially for specialized devices and data centers.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 25, 2025
amendedLatest Amendment· Description UpdatedOct 14, 2025
deadlineResponse DeadlineOct 17, 2025
expiryArchive DateNov 1, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)

Point of Contact

Name
Trevor Mason

Place of Performance

UNITED STATES

Official Sources