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
    Rapid Infuser
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Rapid Infuser device, specifically targeting service-disabled veteran-owned small businesses (SDVOSB). The solicitation emphasizes the need for equipment that meets specific salient characteristics, including battery backup, air detection, and high fluid infusion rates, while allowing for brand-name or equal products. This procurement is crucial for enhancing medical capabilities within the VA healthcare system, ensuring that veterans receive timely and effective medical treatment. Interested vendors must submit their offers by March 25, 2025, at 4:00 PM PST, and can direct inquiries to Hanan McCullick at hanan.mccullick@va.gov.
    6515--HEART BYPASS MACHINE - ECMO
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a Sources Sought Notice regarding the procurement of heart bypass machines, specifically ECMO systems, for the Harry S. Truman Memorial Veterans Hospital in Columbia, MO. The hospital requires three new heart bypass machines to replace outdated Marquet systems that are over ten years old, with specific components including pumps, an oxygenator, heat exchangers, cannulas, and tubing, while ensuring interoperability with existing electronic medical records and a robust monitoring system. These machines are critical for providing life-saving support to patients whose heart and lung functions are compromised. Interested vendors must submit their capabilities, compliance with the Buy American statute, and product brochures to the primary contact, Betty Flores, at veronica.flores@va.gov, by the specified deadline, as this announcement serves solely for market research and does not constitute a formal solicitation.
    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--NX EQ ECG Data Management System (ECGDMS) (VA-25-00062567)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide an Electrocardiogram Data Management System (ECGDMS), specifically targeting the brand name or equivalent GE MUSE ECGDMS. This procurement aims to fulfill the Veterans Health Administration's requirement for a system capable of managing ECG data from various non-invasive cardiovascular procedures, which is crucial for optimizing patient diagnosis and monitoring across VA medical centers nationwide. The anticipated contract will be a single Requirements Contract with Firm-Fixed Price (FFP) orders, covering a 12-month base period with four optional extension periods. Interested vendors must submit their qualifications and relevant product information to Contracting Officer Anthony Zibolski at anthony.zibolski@va.gov by the specified deadline, as this notice serves as part of the VA's market research initiative to enhance healthcare delivery.
    6515--FY 25: B&D SiteRite Vascular Access US Machine
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure SiteRite Vascular Access ultrasound systems for the Orlando Veterans Affairs Healthcare System in Florida. This solicitation, identified as Requisition No. 36C24825Q0557, aims to enhance patient care by providing advanced medical technology for critical venous access procedures, including the insertion of intravenous lines. The procurement emphasizes the inclusion of certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires delivery of the ultrasound systems and related components within 90 days after order receipt. Interested parties should contact Contract Specialist Susan M Rodriguez-Perez at Susan.Rodriguez-Perez@va.gov, and the solicitation will be posted on or about March 19, 2025, on the sam.gov website.
    6515--Cryoablation Console
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Cryoablation Console under Solicitation Number 36C26225Q0672, aimed at enhancing healthcare delivery for veterans. The procurement seeks a firm fixed-price acquisition of a Brand Name or Equal product, specifically an ICEfxT Cryoablation Console and Cart, with detailed performance specifications outlined in the solicitation documents. This medical equipment is crucial for providing modern treatment options in surgical and medical settings, ensuring compliance with federal regulations and promoting small business participation. Interested vendors must submit their proposals by March 26, 2025, at 4 PM Pacific Time, and can direct inquiries to Contract Specialist Emiljan Golemi at emiljan.golemi@va.gov or (909) 809-1169.
    6515--NEPTUNE S ROVER Brand Name or Equal to
    Buyer not available
    The Department of Veterans Affairs is soliciting quotations for the Stryker Neptune S Rover and Docking Station under solicitation number 36C26025Q0358, exclusively reserved for small businesses. The procurement aims to acquire essential medical equipment that meets specific technical requirements, including high fluid capacity, dual suction lines, a closed system to prevent splashing, and an illuminated user interface for low-light environments. This equipment is crucial for enhancing healthcare service capabilities within the VA system. Interested vendors must submit their quotes by 10:00 AM PST on March 27, 2025, and include required documentation such as a Buy American Certificate and proof of authorized distributor status. For further inquiries, vendors should contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov.
    NX EQ Microwave Therapy Systems: Tissue Ablation
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice to identify qualified suppliers for Microwave Tissue Ablation Systems, specifically the Ethicon NEUWAVE® brand or equivalent. This procurement aims to support the Veterans Health Administration's (VHA) requirement for non-expendable medical equipment, which is crucial for effective tissue ablation in healthcare settings. Interested vendors are invited to submit their qualifications, service plans, and technical literature demonstrating compliance with the necessary specifications, with responses due by April 9, 2025. For further inquiries, vendors may contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov.
    6515--Equipment: PEF Ablation System
    Buyer not available
    The Department of Veterans Affairs is seeking quotations from small businesses for the procurement of a Pulsed Electric Field Ablation System to be utilized at the North Florida/South Georgia Veterans Health System in Gainesville, Florida. This advanced medical equipment is essential for performing pulmonary soft tissue ablation procedures during bronchoscopy, requiring FDA approval for lung nodule and cancer treatments, and must include specific features such as a compatible cardiac monitor, consumables, and an intuitive LCD touch-screen display. Interested vendors must submit their quotes electronically by 4:30 PM ET on March 27, 2025, and can direct inquiries to Contracting Officer Heidi Parrish at heidi.parrish@va.gov or by phone at 352-278-5990. This solicitation is set aside for small businesses and emphasizes the VA's commitment to enhancing healthcare services for veterans through the acquisition of advanced medical technologies.
    BNOE Piranha Pump Morcellator
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply a brand name or equal to the Robert Wolf Piranha Pump Tissue Morcellator for the Portland VA Medical Center. This Sources Sought Notice aims to gather information on potential suppliers, including Service-Disabled Veteran Owned Small Businesses (SDVOSB) and other small and large businesses, capable of providing new surgical equipment that meets specified operational and performance characteristics. The procurement is critical for ensuring access to essential surgical instruments necessary for various medical procedures. Interested parties must submit their capability statements and a courtesy market research quote by 3:00 PM PST on March 28, 2025, to Tracy Heath at tracy.heath@va.gov.