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 in endoscopic procedures at VA Medical Centers nationwide. This combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact 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 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
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    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.
    6515--Ultrasonic surgical aspirator console for chronic tendon pain
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for an Ultrasonic Surgical Aspirator Console designed for the treatment of chronic tendon pain, under Solicitation Number 36C26226Q0187. The procurement seeks a brand name or equal product, specifically the Tenex TX Console, which must include ultrasound capabilities for tissue removal, visualization for tendon repair, and features such as a MicroTip handpiece and touchscreen LCD. This equipment is critical for enhancing surgical outcomes and reducing patient recovery times, with the contract being a Firm Fixed Price (FFP) agreement. Interested vendors should submit their quotes electronically by December 11, 2025, at 4:00 PM PST, and can direct inquiries to Contracting Officer Debby Abraham at Debby.Abraham@VA.GOV.
    6525--Equipment - TRUPULSE Generator - Cardiology Dept, Cinci
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a TRUPULSE Generator or equivalent for the Cardiology Department at the Cincinnati VA Medical Center. This equipment is crucial for cardiac electrophysiological procedures, particularly in the treatment of paroxysmal atrial fibrillation, and must meet specific technical requirements, including pulsed field generation capabilities, a user-friendly interface with a foot pedal and touchscreen, comprehensive safety features, and compatibility with the VARIPULSE Catheter and Carto mapping system. Interested contractors must submit their business information, including GSA contract details (if applicable), DUNS, NAICS code, business size and type, manufacturer's name, and country of origin to Brooke Hansen at brooke.hansen@va.gov by December 10, 2025, at 4:30 PM EST. No phone inquiries will be accepted.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    6515--Illumena Neo radiopaque contrast delivery system VA Cincinnati Health Care System 539-26-1-043-0047
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting offers for the purchase of the Illumena Neo radiopaque contrast delivery system for the VA Cincinnati Health Care System. This procurement aims to replace and install two end-of-life systems that are critical for precise contrast injection during medical imaging, including the provision of pedestal units, installation, application training, and necessary supplies such as syringes and tubing. The acquisition is classified under NAICS code 334510 and is identified as a brand name justification due to the proprietary nature of the equipment. Responses to the solicitation, numbered 36C25026Q0150, are due by December 9, 2025, at 2:00 PM Eastern Time, and will be evaluated based on the Lowest Price Technically Acceptable methodology. Interested parties should contact Contracting Specialist Laura Poma at laura.poma@va.gov or by phone at 734-845-3523 for further information.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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.