NX EQ Heart-Lung Bypass Units
ID: 36C10G25R0017Type: 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 is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the U.S. Department of Veterans Affairs for a Requirements Contract concerning the procurement of Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System, which includes accessories, installation, training, and maintenance services. The contract emphasizes a 12-month base period with four additional option years, encompassing a nationwide procurement strategy to ensure comprehensive availability and functionality of the equipment. Key details include the requirement for electronic invoice submission, obligations regarding replacements and maintenance, and stipulations for reporting sales. The document also clarifies that the government is not obligated to make any purchases nor guarantees purchase volumes. It establishes procedures for delivery, invoicing, and states that modifications to the contract can be made for new technology or discontinued products, ensuring compliance with federal regulations like ADA and HIPAA. Overall, this RFP reflects the VA's commitment to enhancing healthcare delivery through advanced medical equipment while ensuring that contracting procedures align with compliance, accountability, and efficiency.
    The document outlines a Request for Proposal (RFP) related to the procurement of various medical devices and components from LivaNova USA, Inc., specifically focused on perfusion systems and related apparatuses. It enumerates a comprehensive list of items, including a Base Unit, centrifugal pumps (both long and short), electronic gas blenders, blood monitors, venous clamps, arterial sensors, and various control units and accessories essential for operation in medical settings. The structure comprises a line-item catalog detailing each item's description, manufacturer part number, unit of measure, and estimated quantities for the base year and four additional option years. Each item is designated a unique identification code, allowing for clear tracking of supplies within procurement processes. This RFP reflects the government's strategy in sourcing reliable medical equipment to support healthcare facilities, highlighting an emphasis on standardized equipment from a specific vendor. The requested items are vital to enhancing performance in medical operations, particularly in environments requiring life-support technology during surgical procedures. The document also emphasizes that vendor responses must complete all highlighted sections, ensuring clarity and comprehensive engagement in the procurement process.
    The Department of Veterans Affairs (VA) is soliciting proposals for the provision of non-expendable equipment, specifically the LivaNova® Essenz Perfusion System (Heart-Lung Bypass Units) or equivalent. This national contract aims to supply Heart-Lung Bypass Units for use in VA medical centers across the continental United States (CONUS) and outside the continental United States (OCONUS). The contract will operate over a base period of 12 months with four optional 12-month extensions. Offerors must provide clear documentation for any equivalent products, demonstrating they meet specified salient characteristics, which include requirements for cardiopulmonary bypass functionality, uninterruptable power supply, modularity, capability to monitor parameters, alarm systems, and FDA approval. A total of 8 salient characteristics are outlined, focusing on demonstrating quality and reliability through proper warranties. The solicitation emphasizes the VA's commitment to ensuring that providers can offer the necessary equipment for critical surgical procedures, enhancing care for veterans during surgeries requiring cardiopulmonary support.
    The document is a Request for Proposal (RFP) regarding the procurement of NX EQ Heart-Lung Bypass Units by the Department of Veterans Affairs. It details mandatory written disclosures required by federal regulations, particularly FAR clause 52.203-13, emphasizing the electronic submission of disclosures through the VA OIG Hotline. Key contractual clauses include the Service Level Agreement (SLA) fee, set at 3.0%, which is to be imbedded in line item pricing, and the requirement for contractors to submit quarterly sales reports detailing contract sales and SLA collections within specified timelines. The document incorporates various Federal Acquisition Regulation (FAR) clauses related to contracting for commercial products and services, highlighting obligations such as compliance with labor standards and equal opportunity mandates. Specific conditions are outlined concerning liquidated damages, ordering protocols, and delivery requirements, including a commitment to avoid gray market and counterfeit items. The purpose of the RFP is to establish clear expectations for contractors, ensuring compliance with federal standards, transparency in pricing, accurate reporting of sales, and adherence to quality and ethical standards in supplying critical medical equipment.
    The document details a Request for Proposal (RFP) issued by the government for the procurement of Heart-Lung Bypass Units, specifically targeting small business vendors. The RFP outlines submission requirements, evaluation criteria, and minimum compliance standards for proposals. Offerors must prepare their submissions in five distinct volumes covering technical specifications, past performance, veterans' preference, pricing, and certifications. It emphasizes the importance of adherence to outlined formatting and content guidelines to enhance proposal evaluations. The evaluation process prioritizes technical capability, past performance history, and veterans’ preference before considering pricing, indicating that the government seeks the best overall value rather than the lowest bid. Offerors are required to meet specific salient characteristics and provide detailed past performance references, particularly for relevant contracts within the last three years. The document highlights a commitment to supporting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses through evaluation factors. Overall, the RFP exemplifies the government's structured and compliant approach to procuring specialized medical equipment while promoting small business participation.
    The document outlines a comprehensive listing of line items and contract details for various facilities under the Veterans Affairs (VA) healthcare system across multiple regions. It categorizes facilities by healthcare networks, such as the VA New England Healthcare System, VA Pittsburgh Healthcare System, and several others, each identified by line item numbers and associated facility locations. Key information includes contract numbers, description of services, prices (inclusive of Service Level Agreement fees), and quantities sold across designated periods. The reporting quarter is noted as QTR FY 2025, highlighting the timeframe for sales analysis and financial accountability in procurement processes. The document serves as a detailed account of expected and actual sales figures for healthcare services provided to veterans, underscoring the government’s commitment to maintaining its healthcare service obligations. It emphasizes transparency in federal contracts and procurement under the broader context of RFPs and grants aimed at enhancing veteran healthcare services across the nation.
    The document is a Past Performance Questionnaire issued by the Department of Veterans Affairs (VA) for solicitations related to the NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent. The questionnaire requests references from offerors submitting proposals, asking them to send evaluations to the designated VA contact, Trevor Mason. Each reference must assess the offeror's performance in several categories: Quality of Service, Cost Control, Timeliness of Performance, and Business Relations. A rating scale from 1 (Unsatisfactory) to 3 (Excellent) is provided, along with spaces for comments to aid in the evaluation process. The references are also asked about any significant contract issues, such as show cause orders or terminations. Responses must be submitted by a specified deadline, emphasizing the importance of thorough and prompt feedback in the evaluation of offerors' past performance, which is crucial for contract awarding decisions. This process is part of the VA's efforts to ensure compliance and quality in contracting, reflecting standard practices in federal procurement and evaluation of contractors.
    The document details requirements for a Past Performance Reference as part of the solicitation for NX EQ Heart-Lung Bypass Units (Solicitation No. 36C10G25R0017). It outlines necessary information to be provided by the offeror, including details about their relationship to the contracting organization and the nature of the performance undertaken. The reference must specify the contracting organization's name, contract type, cost details, delivery dates, and relevant contacts, alongside the North American Industry Classification System (NAICS) code. It also emphasizes the importance of a concise description of the completed work, with a particular focus on relevance to the current solicitation. Performance analysis requires detailing any issues encountered, corrective actions instituted, and outcomes achieved, particularly if historically recorded in the Contractor Performance Assessment Reporting System (CPARS) or the Past Performance Information Retrieval System (PPIRS). This structure ensures a comprehensive assessment of prior relevant experiences for contractors responding to the RFP, thereby aiding in the vetting process for federal and state procurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ Extracorporeal Perfusion Pumps
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Terumo Extracorporeal Perfusion Pumps or equivalent products through a nationwide requirements contract. This procurement aims to ensure a reliable supply of critical medical devices necessary for heart-lung bypass procedures, with specific requirements related to functionality, safety features, and adaptability for emergency operations. The anticipated contract will commence with a 12-month base period, followed by four additional one-year options, contingent upon performance and ongoing need. Interested vendors must submit technical literature and company information to Contract Specialist Daleta Coles at Daleta.Coles@va.gov by the specified deadlines, ensuring compliance with federal procurement standards.
    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--HEMOSPHERE ADVANCED MONITORING SYSTEM Pittsburgh VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of one Hemosphere Advanced Monitoring System for the VA Pittsburgh Healthcare System's Critical Care Department. This system, which includes the Cardiac WIN10 with Swan-Ganz module, oximetry cable, and pressure cable for Acumen IQ/Flotrac, is intended to enhance hemodynamic monitoring capabilities for cardiac surgery patients, thereby improving patient care and potentially reducing mortality rates. The procurement is justified as a single-source acquisition due to the system's existing use within the facility and the necessity for consistent and reliable medical equipment in critical care settings. Interested vendors must submit their offers by 4:00 PM EST on February 7, 2025, and can direct inquiries to Contract Specialist Olivia A. Osborne at olivia.osborne@va.gov. The total value of the procurement is estimated at $65,895.
    6515--Cardiology Communication System Comparative Evaluation and Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Cardiology Communication System, specifically headsets, for the Pittsburgh VA Healthcare System. The solicitation outlines the need for headsets with features such as noise cancellation and compatibility with hygiene covers, along with the required quantity and specifications for chargers and base stations. This initiative aims to enhance communication within the healthcare environment, ensuring quality and safety in medical operations. Interested small businesses must submit their proposals electronically by February 5, 2025, with delivery expected within 60 days post-award. For further inquiries, contact Mae L McGarry at Mae.McGarry@va.gov.
    6515--Ventilators, MA, 36C255-25-AP-0833, 657-25-1-2723-0016 (VA-25-00035233)
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying ventilators for the Marion VA Medical Center in Illinois. The VA seeks detailed information from interested parties, including company capabilities, past performance, and business classifications, to assess the market before potential procurement actions. This initiative underscores the importance of obtaining high-quality medical supplies while ensuring compliance with federal regulations, particularly the prohibition of gray market items and the requirement for original equipment manufacturer (OEM) or authorized distributor products. Interested vendors must submit their responses to Contracting Officer Paul Dixon by 2:00 p.m. (CST) on February 21, 2025, at paul.dixon@va.gov.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the supply of custom sterile surgical procedure packs for an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) across multiple Veterans Integrated Service Networks (VISNs). The contractor will be responsible for providing all necessary labor, materials, sterilization, transportation, and quality assurance to ensure compliance with federal, state, and local regulations while delivering these essential medical supplies. This procurement is critical for maintaining operational readiness and enhancing healthcare delivery for veterans, with a contract anticipated to be awarded as a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract over a five-year period, with a minimum guarantee of $175,000 and a maximum ceiling of $98.5 million. Interested offerors must register in the System for Award Management (SAM.gov) and submit their proposals by the specified deadline, with further details available on the SAM website.
    6525--SEP 2024 Equipment Only Consolidation - Amendment 0004
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical imaging equipment as part of the "September 2024 Equipment Only Consolidation" initiative. This opportunity includes various ultrasound systems and imaging devices aimed at enhancing diagnostic capabilities across multiple Veterans Affairs Medical Centers, with specific requirements for technical specifications, training, and service support. The equipment is critical for improving healthcare delivery to veterans, ensuring compliance with federal standards and operational efficiency. Interested vendors must submit their proposals by February 5, 2025, and can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov.
    6515--New Sterilizer
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Steris V-Pro S2 Sterilizer along with essential accessories, as outlined in solicitation number 36C26025Q0223. This procurement is categorized as unrestricted and aims to enhance the VA's medical facilities through upgraded sterilization technology, emphasizing compliance with safety protocols and adherence to a Buy American Certificate. Interested vendors are required to submit pricing through the price/cost schedule, with offers due by February 14, 2025. For further inquiries, potential bidders can contact Contract Specialist Matthew A Combes at matthew.combes@va.gov.
    Monarch Bronchoscope
    Buyer not available
    The Department of Veterans Affairs is seeking input from contractors regarding the procurement of the Monarch Bronchoscope, as outlined in solicitation number 36C24525Q0280. This Sources Sought Notice aims to identify capable suppliers and gather essential market information to inform future acquisition strategies for medical equipment, specifically under the NAICS code 339112. The Monarch Bronchoscope is a critical medical instrument used in various healthcare settings, enhancing the capabilities of medical professionals in performing bronchoscopic procedures. Interested parties are encouraged to submit their responses via email to Joseph J Krupa at joseph.krupa@va.gov by February 5, 2025, as the VA emphasizes that this notice does not constitute a solicitation and responses outside the specified format will not be considered.