6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
ID: 36C10G25Q0112Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

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 Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used for fragmenting endoscopic clips within the digestive tract at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, is a total small business set-aside and requires vendors to provide FDA-certified equipment along with a two-year warranty, with proposals evaluated based on technical capabilities and pricing. The contract will be awarded as a sole-source, single-award Requirements contract with a base year and four option years, emphasizing the importance of compliance with various federal regulations and reporting requirements. Interested parties must submit their proposals by December 30, 2025, and direct any inquiries to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.

    Point(s) of Contact
    Daleta ColesContract Specialist
    Contracting Officer
    Hosea Berkley
    Daleta.Coles@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs has issued an amendment (36C10G25Q0112 0001) to a previous combined solicitation, initially for the removal of a DC Impulse Generator (VA-26-00004179). The primary purpose of this amendment is to extend the due date for responses to Friday, December 12, 2025, at 11:59 PM ET. All other terms and conditions of the original solicitation remain unchanged. The solicitation, identified by NAICS Code 334510 and Product Service Code 6515, is a set-aside for SBA and is managed by the Strategic Acquisition Center in Fredericksburg, VA. Points of contact are Daleta Coles and Hosea Berkley. The place of performance is nationwide.
    The U.S. Department of Veterans Affairs has issued an amendment (36C10G25Q0112 0002) to a previous combined synopsis-solicitation for the removal of a DC Impulse Generator (VA-26-00004179). The primary purpose of this amendment is to extend the due date for responses to Friday, December 19, 2025, at 11:59 PM ET. All other terms and conditions of the original solicitation remain unchanged. The solicitation is a set-aside for the SBA, falls under Product Service Code 6515, and NAICS Code 334510. The contracting office is located in Fredericksburg, VA, and the place of performance is nationwide. Daleta Coles is the Contract Specialist and Hosea Berkley is the Contracting Officer.
    This document is an amendment to a previous combined synopsis-solicitation, 36C10G25Q0112 0003, issued by the U.S. Department of Veterans Affairs. The primary purpose of this amendment is to extend the due date for the solicitation to Tuesday, December 30, 2025, at 11:59 PM ET. All other terms and conditions of the original solicitation remain unchanged. The solicitation is for the removal of a DC Impulse Generator (VA-26-00004179) and falls under product service code 6515 and NAICS code 334510. The contracting office is located in Fredericksburg, VA, and the point of contact is Daleta Coles.
    The Department of Veterans Affairs (VA) has issued a combined synopsis/solicitation (36C10G25Q0112) for brand name or equal NX EQ remOVE DC Impulse Generators. This Request for Quote (RFQ) seeks to procure a unique, FDA-certified medical device used to fragment specific endoscopic clips (OTSC® and FTRD®) within the digestive tract for VA Medical Centers nationwide. The acquisition is a sole-source, single-award Requirements contract with a 12-month base year and four 12-month option years. Offers, due by December 4, 2025, must include cost/price and technical capabilities, addressing salient characteristics such as FDA 510K certification and a two-year warranty. All interested offerors must be registered in SAM prior to submission. Questions are due by November 21, 2025, to Daleta Coles and Hosea Berkley.
    This government file outlines a Request for Proposal (RFP) for medical devices and related accessories, focusing on Ovesco brand products. The document details various items, including the remOVE DC Impulse Generator, remOVE DC Impulse Protective Roller Case, remOVE DC Cutter Sets (12 and 14), remOVE Foreign Body Retrieval Set, and OTSG Xcavator™. The RFP specifies units of measure, estimated quantities for a base year and four option years, and includes sections for vendors to complete pricing information, delivery days after receipt of order (ARO), and total evaluated prices with a 3% Service Level Agreement (SLA). The core purpose is to procure specialized medical equipment, with a clear structure for vendors to submit proposals and for the government to evaluate costs over a multi-year period.
    This government file, 36C10G25Q0112, outlines contract administration, invoicing, and reporting procedures for a federal government acquisition. It details the roles of government personnel like Hosea Berkley and Daleta Coles, and mandates electronic invoice submission via Tungsten Network to the VA Financial Services Center. Contractors must submit monthly and quarterly reports using ATTACHMENT E. The document also covers terms and conditions, including ordering limitations, the addition or removal of items through modifications, and the authority of VHA ELCM Ordering Officers. Delivery requirements specify destination inspection and acceptance, FOB Destination shipping, and detailed delivery ticket information for shipments to various VHA locations.
    This government file, 36C10G25Q0112, outlines mandatory contract clauses for an RFP related to an "NX EQ remOVE DC Impulse Generator." Key provisions include electronic disclosure requirements for FAR clause 52.203-13 violations to the VA OIG. A 3.0% Service Level Agreement (SLA) fee must be embedded in prices, with contractors required to submit quarterly sales reports and electronically remit SLA fees within 60 days. Late payments are considered a debt, subject to interest. Liquidated damages of $37.50 per day apply for delivery delays. The contract incorporates numerous FAR and VAAR clauses by reference, covering areas such as restrictions on foreign purchases, small business utilization, equal opportunity for veterans and workers with disabilities, combating human trafficking, and prohibitions on certain foreign-manufactured unmanned aircraft systems. It also specifies ordering procedures, limitations (minimum one item, maximum 100 per item or $750,000 per combination), and the Government's option to extend the contract term for up to five years. Importantly, it mandates new, OEM-only items, prohibiting used, refurbished, or gray market goods, and requires the vendor to be an authorized dealer. Evaluation factors consider Service-Disabled Veteran-Owned and Veteran-Owned Small Business status, with penalties for misrepresentation. Compliance with Executive Order 13899, Combatting Anti-Semitism, is also required.
    This government file outlines crucial compliance requirements for federal contractors, focusing on telecommunications equipment, supply chain security, and responsibility matters. It details restrictions on using "covered telecommunications equipment or services" as per the John S. McCain National Defense Authorization Act, requiring offerors to disclose any such use. The document also addresses the Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting contractors from using specified covered articles or sources and mandating disclosures for non-compliance. Additionally, it requires offerors to report on responsibility matters, including criminal, civil, or administrative proceedings and delinquent federal taxes, via the Federal Awardee Performance and Integrity Information System (FAPIIS). The solicitation for "NX EQ remOVE DC Impulse Generator" emphasizes that technical capabilities are significantly more important than price, requiring proposals to meet all salient characteristics, provide new equipment from authorized distributors, and include a 3% Service Level Agreement fee in pricing. Submissions must adhere to strict formatting, content, and deadline requirements, with a strong warning against late submissions.
    This document is a reporting template for VA healthcare networks and facilities, detailing contract information, line items, and sales data for various medical products or services. It categorizes VA facilities by VISN (Veterans Integrated Service Network) and includes locations across numerous states and Puerto Rico. The template is designed to track quarterly sales, total quantity sold, and associated pricing, including Service Level Agreement (SLA) fees. A specific example of "Warming/Cooling Units - Patients" shows zero quantity sold and zero sales, indicating the format for reporting. The document appears to be a standardized form for contractors to report sales performance within the VA healthcare system, likely for federal government contracts or RFPs, to ensure transparency and accountability in procurement and service delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ Capsule Endoscopy (VA-26-00006488)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ Capsule Endoscopy systems, which are essential for examining the intestinal tract to detect abnormalities. This acquisition is set aside for Service-Disabled Veteran-Owned or Veteran-Owned Small Businesses and will involve a sole-source, brand-name or equal contract for a 12-month base year with four additional option years. Interested vendors must submit their offers, including pricing and technical capabilities for the specified Medtronic products, by the extended deadline of January 9, 2026, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Hosea Berkley at Hosea.Berkley@va.gov or by phone at 540-479-8450.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard - Amedment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equal, to enhance patient care across its medical centers nationwide. This equipment is designed to facilitate safe and efficient patient transfers, minimizing physical strain on caregivers and reducing the risk of injury during transfers. The procurement includes a one-year base period with four optional one-year extensions, and interested vendors must submit their proposals by January 7, 2026, with questions due by December 18, 2025. For further inquiries, vendors can contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.
    6515--Cholangioscopy Image Controller (VA-26-00029891)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide the Boston Scientific Cholangioscopy Image Controller: SpyGlass DS product line through an Enterprise-wide Requirements Contract. This procurement aims to identify sources capable of delivering this specialized medical equipment to VA medical centers and facilities across the United States, with a focus on ensuring compliance with specific salient characteristics such as FDA approval and a one-year warranty. The Cholangioscopy Image Controller is crucial for high-resolution imaging during endoscopic procedures, facilitating effective management of pancreaticobiliary conditions. Interested vendors must respond to the Sources Sought Notice by providing detailed information about their capabilities, service plans, and compliance with the outlined requirements, with submissions directed to Contract Specialist Daleta Coles at Daleta.Coles@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.
    6515--36C25926Q0156| Source Sought on Compact Microprobe Laser and Endoscopy System for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is conducting a market survey to identify potential sources for a Compact Microprobe Laser and Endoscopy System for the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a system that includes a fiber-coupled diode laser, flexible fiberoptic endoscope, high-resolution imaging system, and various accessories necessary for surgical services. This equipment is crucial for enhancing surgical capabilities and patient care within the VA healthcare system. Interested vendors must submit their responses, including company details and socioeconomic classifications, by January 2, 2026, at 12:00 PM MT to Lynn Lim at lynn.lim@va.gov. The opportunity is classified under NAICS code 339112, and no costs will be incurred by the government for the information provided.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Clitoral Therapy Devices (CTD) under solicitation number 36C10G26Q0004, with a maximum contract value of $6,373,844.00. The procurement aims to standardize and supply these medical devices, which are essential for therapeutic purposes within the Veterans Health Administration, ensuring they meet specific FDA requirements and technical specifications. Contractors are expected to provide an uninterrupted supply of devices, handle anticipated order volumes of 10-20 devices per day, and comply with various reporting and invoicing requirements, including a 3% Service Level Agreement (SLA) fee. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details and clarification.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    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.