ENT FUSION SYSTEM
ID: 36C25025Q0399Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

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 is seeking proposals for the acquisition of a Stealth Station S8 Navigation System, a critical tool for enhancing surgical precision in ENT procedures. This procurement is specifically set aside for small businesses and aims to replace an existing system, ensuring compatibility and standardization within the VA's medical equipment fleet. The system must feature advanced capabilities, including dual high-definition touchscreen monitors, robust imaging technology, and wireless connectivity, all designed to improve operational efficiency in surgical environments. Interested vendors should note that the solicitation number is 36C25025Q0399, with proposals due by March 19, 2025, and a total contract value of approximately $149,532.20. For further inquiries, contact Percy E. Johnson at Percy.Johnson2@va.gov or by phone at 614-257-5534.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) from the Department of Veterans Affairs for an ENT Fusion System, detailing solicitation number 36C25025Q0399. It specifies that the acquisition is set aside for small businesses and offers a discount on traded equipment. Key data points include the request's issue date (March 12, 2025) and the due date for offers (March 19, 2025). The contract, effective upon award, outlines terms under the Federal Acquisition Regulation (FAR). The structure of the document includes sections for contract administration, price/cost schedules, delivery schedules, and pertinent contract clauses that govern compliance, inspection, and payment. Also covered are the requirements for electronic invoice submission and acknowledgment of any amendments related to the proposal. The primary purpose of this RFP is to solicit bids from qualified vendors for medical equipment to support veterans' healthcare. The document emphasizes compliance with federal regulations and aims to enhance procurement processes while ensuring opportunities for small businesses. The structured format provides a clear guide for potential contractors to understand the submission process, requirements, and contract stipulations necessary to secure federal contracts under this solicitation.
    The document outlines a single-source justification for a brand name purchase by the Department of Veterans Affairs (VA) for the Stealth Station S8 surgical navigation system. The acquisition, valued at $149,532.20, is intended to replace an existing system, ensuring consistency in ENT procedural guidance. The justification emphasizes the need for the Medtronic NIM Vital due to fleet standardization and compatibility with already owned equipment, thereby avoiding additional costs. Market research identified no suitable alternatives compatible with the current system, with attempts to meet the VA Rule of Two failing but satisfying the SBA Rule of Two through engagement with Small Disadvantaged Veteran-Owned Small Business (SDVOSB) vendors. The contracting officer has approved this acquisition in accordance with FAR guidelines, confirming the accuracy of the justification submitted. This document illustrates the VA's procurement process while supporting small business initiatives and maintaining essential medical equipment standards.
    The document outlines the requirements for a Stealth Station S8 Navigation System, an advanced surgical navigation tool used in ENT procedures. Essential features include dual large high-definition touchscreen monitors, electromagnetic and optical tracking systems, and a robust computing specification with a 1TB solid-state drive and 16GB of RAM. The system must also facilitate 2D and 3D imaging, provide intraoperative flexibility, and support wireless connectivity with hospital networks for seamless data management. Additionally, features such as a user-friendly interface, compatibility with various operating tables, and an integrated training support program from the manufacturer are mandated. This specification is part of a federal RFP, aiming to enhance surgical precision and efficiency. By detailing critical performance and operational capabilities, the document serves as a guideline for procurement processes to ensure that required medical technologies meet specific functional standards in surgical environments.
    The document outlines technical specifications relevant to current government requests for proposals (RFPs) and grants across federal, state, and local levels. It emphasizes the necessity for adherence to established industry standards and compliance with regulatory guidelines throughout the bidding process. Key components include requirements for project deliverables, performance metrics, and timelines that bidders must meet to ensure successful project execution. Furthermore, the specifications address the need for innovative approaches and sustainability considerations in project submissions. This strategic alignment underscores the government’s objective of fostering efficient and effective use of resources while enhancing service delivery through compliance with technical standards. The document serves as a guide for potential contractors, aiding their understanding of government expectations and facilitating a more competitive bidding process.
    Lifecycle
    Title
    Type
    ENT FUSION SYSTEM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Full SDVOSB set-aside BRAND NAME OR EQUAL TO Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract to procure a brand name or equal to the Stryker Endoscopic Video System. The procurement includes advanced medical imaging equipment, such as 4K resolution cameras, CO2 insufflators, LED lighting, and high-definition monitors, aimed at enhancing healthcare delivery for veterans at the Spokane Veteran Affairs Medical Center. This initiative underscores the importance of acquiring high-quality surgical equipment to improve diagnostic capabilities and patient data management. Interested vendors must submit their proposals by March 13, 2025, at 11:00 AM Pacific Time, and all inquiries should be directed to Contract Specialist Andrew Barrow at Andrew.Barrow@va.gov.
    Endoscope Surgical Towers
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the procurement of multi-operating room Video Integration Systems and endoscope surgical towers, aimed at enhancing surgical procedures for veterans. This advanced equipment is designed to improve the safety, mobility, and accuracy of laparoscopic and arthroscopic surgeries, incorporating features such as ICG imaging and customizable surgeon profiles to optimize image capture and display. The RFQ is expected to be released around March 18, 2025, and interested businesses should direct inquiries regarding RFQ number 36C24W25Q00741 to Amelia Roberson at Amelia.Roberson1@va.gov or by phone at 254-278-6424.
    6515--Scope Reprocessing System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Scope Reprocessing System, aimed at enhancing the management of medical equipment reprocessing. The procurement emphasizes the need for automated cleaning capabilities, detailed cycle monitoring, and specific connectivity for endoscope reprocessing, ensuring compliance with industry standards for medical equipment. This initiative is particularly significant as it supports the health and safety of patients while fostering small business participation, especially from women and veteran-owned enterprises. Interested vendors should note that the solicitation will be issued on March 10, 2025, with proposals due by March 14, 2025; for further inquiries, they can contact Contract Specialist Debby Abraham at debby.abraham@va.gov or call 562-766-2234.
    ENT MICROSCOPE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of ENT microscopes and associated equipment through a firm fixed-price acquisition. This Request for Proposal (RFP) specifically calls for brand name or equivalent products, particularly focusing on Leica brand optics and gear necessary for ENT surgical services, including components such as optical carriers, protective glasses, and floor stands. The procurement is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring compliance with federal small business standards. Interested vendors should direct inquiries to Debby Abraham at debby.abraham@va.gov, with proposals due by the specified deadline outlined in the RFP documentation.
    6515--644-25-2-414-0219 - Stryker Medical PI Drive 2 Motor
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential suppliers for specialized medical equipment, specifically the Stryker Medical PI Drive 2 Motor and related attachments, through a Sources Sought Notice. The VA aims to identify suppliers capable of providing hand-held, customizable, and low-noise equipment that meets specific regulatory requirements, including compliance with the Buy American Act and FDA clearance. This procurement is crucial for enhancing the quality of healthcare services provided to veterans, ensuring access to high-quality medical supplies. Interested businesses must submit a capabilities statement by March 13, 2025, to Contract Specialist Emiljan Golemi at emiljan.golemi@va.gov for consideration.
    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.
    6515--Surgical Lights, Booms, Video Integration System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide surgical lights, booms, and video integration systems for the Black Hills VA Healthcare System as part of their VISN 23 initiative. The procurement aims to enhance surgical environments by supplying necessary equipment, including hardware, software, training, and support services, while ensuring compatibility with existing systems, particularly Karl Storz equipment. This initiative is crucial for modernizing surgical facilities, improving operational efficiency, and maintaining compliance with safety regulations. Interested vendors are invited to a site walkthrough on March 12, 2025, with registration required by March 11, 2025. For further inquiries, vendors can contact Senior Contracting Officer Joshua I Imdacha at Joshua.Imdacha@va.gov or by phone at 319-339-7017.
    6515--Ultrasound System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential vendors for an Ultrasound System as part of a Sources Sought Notice. The system must include a Scope Reprocessing System with specific features such as a high-resolution screen, durable design for clinical environments, a one-hour battery life, and a user-friendly interface. This procurement is crucial for enhancing patient care through advanced medical technologies within the VA Greater Los Angeles area. Interested vendors are encouraged to submit their capabilities, including business size status, by March 18, 2025, to the primary contact, Debby Abraham, at debby.abraham@va.gov or by phone at 562-766-2234.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire advanced imaging equipment, specifically focusing on high-tech medical devices for the National Acquisition Center, with an emphasis on compliance with updated technical specifications and training requirements for clinical staff. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring improved diagnostic capabilities and operational efficiency within VA facilities. Interested vendors must submit their proposals by April 9, 2025, and direct any inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    6525--MOZART IQ 3D SPECIMEN TOMOSYNTHESIS SYSTEM 36C252-25-AP-2003
    Buyer not available
    The Department of Veterans Affairs is seeking qualified businesses to respond to a Sources Sought Notice for the procurement of a Mozart IQ 3D Tomosynthesis System, identified by Solicitation Number 36C25225Q0328. This notice is intended for market research and planning purposes, inviting responses from authorized distributors under NAICS code 334517 (Irradiation Apparatus Manufacturing) and Product Service Code 6525. The equipment is crucial for medical imaging, enhancing diagnostic capabilities within the VA healthcare system. Interested vendors must demonstrate their status as authorized distributors and provide necessary company information, with responses due by March 14, 2025, at 3:00 PM Central Time. For further inquiries, vendors can contact Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.