ENT FUSION SYSTEM
ID: 36C25025Q0399Type: Combined Synopsis/Solicitation
AwardedApr 2, 2025
$158.6K$158,618
AwardeeVETERANS HEALTHCARE SUPPLY SOLUTIONS, INC JACKSONVILLE 32226 FLK
Award #:36C25025P0916
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
    Combined Synopsis/Solicitation
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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
    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--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs 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 solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    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.
    6515--VA-26-00026904- IMAGING THINKSTATIONS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from contractors capable of providing "IMAGING THINKSTATIONS" and related equipment for the Salem VA Medical Center. This Sources Sought Notice is intended for planning purposes only and does not constitute a solicitation or offer to contract. The procurement includes essential items such as keyboards, uninterruptible power supplies (UPS), workstations, and diagnostic displays, which are critical for medical imaging operations. Interested parties must submit their responses by December 17, 2025, at 12 PM EST, via email to Contract Specialist Francine Valverde at francine.valverde@va.gov, including relevant business information and referencing solicitation number 36C24626Q0215.
    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--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    6515--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.