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
    Renal CVVD Machines
    Buyer not available
    The Department of Veterans Affairs is seeking potential contractors to provide 10 NxStage Medical System One machines for the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement aims to enhance renal care services by acquiring advanced medical equipment that supports critical patient treatment. The Sources Sought Notice invites interested vendors to submit information regarding their capabilities, including company size and maintenance practices, to assist the VA in determining the appropriate procurement strategy. Responses are due by 1:00 PM Central Time on March 20, 2025, and interested parties should contact Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or call 713-350-2943 for further details.
    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--AC3 Optimus Intra-Aortic Balloon Pump System MEDVAMC See Attached/Within for details
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential suppliers for the AC3 Optimus Intra-Aortic Balloon Pump System intended for the Michael E. DeBakey VA Medical Center (MEDVAMC). This Sources Sought Notice aims to assess market capabilities and gather insights on innovative medical equipment solutions that can enhance patient care, with specific requirements outlined for manufacturers and distributors. The procurement process emphasizes small business participation to ensure competitive pricing and compliance with the Non-Manufacturer Rule. Interested vendors must submit their responses by March 14, 2025, at 4 PM Central Time, and can direct inquiries to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov.
    6525--DC Peripheral vascular system with cuff RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a noninvasive medical vascular device system designed to detect early blockages in the peripheral vascular system. This procurement requires a device capable of simultaneously measuring blood volume changes in two locations on the body, which is critical for diagnosing and treating lower extremity peripheral arterial disease. The selected vendor must ensure the system is fully operational within 90 days of contract award, adhering to specific technical standards and compliance with the Buy American Act. Proposals are due by March 14, 2025, and interested parties should contact Stephanie Henderson at stephanie.henderson3@va.gov for further information.
    6515--Nationwide Infusion Pump Requirement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information through a Sources Sought Notice for a nationwide requirement for infusion pump units and associated support services. The procurement aims to acquire large volume infusion pumps, syringe pumps, and patient-controlled analgesia (PCA) pumps, along with necessary hardware, software, installation, integration, and training services to enhance patient care and ensure compliance with health regulations. Interested vendors must submit their responses, including business size classification, capabilities, and pricing details, by March 13, 2025, to the Contracting Officer, Brett Cook, at brett.cook@va.gov or via phone at 727-366-0517. This opportunity is part of the VA's commitment to improving healthcare equipment and services, and responses will be used for market research purposes only.
    ENT FUSION SYSTEM
    Buyer not available
    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.
    6515--Apollo Anesthesia Machines
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of five Apollo Anesthesia Machines for the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, PA. This Request for Quote (RFQ) is a 100% small business set-aside, aimed at enhancing anesthesia services for veterans undergoing surgical procedures, particularly in light of the need to replace aging equipment. The contract will be awarded based on criteria including special features, warranty, delivery capabilities, socioeconomic considerations, and overall pricing, with proposals due by March 17, 2025, at 8 AM EST. Interested vendors must submit their quotes via email to Contract Specialist Mickeya K Linzie at mickeya.linzie@va.gov.
    6515--HTM EV1000 Patient Monitors | EDA: 03/26/2025 | Current MS: FORCE | Status: 12/31/24 - Assigned to James in FORCE & eCMS, pgd; Moved to Commodities BC 12/28/2024
    Buyer not available
    The Department of Veterans Affairs is seeking information from firms capable of supplying the HTM EV1000 Patient Monitors, as part of a Sources Sought Notice aimed at enhancing veteran healthcare through advanced hemodynamic monitoring equipment. The procurement will focus on equipment that includes pressure controllers and monitoring systems with both non-invasive and invasive features, ensuring compatibility with existing medical devices and offering continuous blood pressure monitoring through a user-friendly touchscreen interface. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses, are encouraged to submit their responses by March 17, 2025, detailing their company information and relevant certifications to Contract Specialist James Ferro at james.ferro@va.gov or by phone at 202-745-8000.
    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--ConMed iFS1 AirSeal Insufflation System
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the procurement of the ConMed iFS1 AirSeal Insufflation System, as outlined in a Sources Sought Notice. This advanced system is designed to enhance surgical procedures by providing stable pneumoperitoneum, smoke evacuation, and valve-free access during minimally invasive surgeries, featuring integrated pressure control and compatibility with ConMed instruments. Interested vendors are encouraged to respond to the Request for Information (RFI) by March 17, 2025, providing details on their manufacturing capabilities, size classification, and estimated market pricing, with inquiries directed to Anthony Marion at anthony.marion2@va.gov or 713-794-7408.