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
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    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.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    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--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    6515--RFQ Cardiac Instrument Set
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Novosurgical Cardiac Instrument Set (or Equal) for the VA Eastern Colorado Health Care System located in Aurora, Colorado. This procurement is a 100% Small Business Set-Aside and aims to award a firm-fixed price contract for essential cardiac instruments, which must meet specified salient characteristics and require offerors to be authorized distributors or original equipment manufacturers (OEMs). The instruments are critical for surgical procedures within the healthcare system, ensuring high-quality care for veterans. Quotes are due by December 24, 2025, at 2:00 PM MT, with questions accepted until December 19, 2025, at 12:00 PM MT. Interested parties should submit their proposals to Eric Adusei at eric.adusei@va.gov.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent, to enhance patient care across its medical centers nationwide. The procurement aims to provide safe and efficient patient transfer solutions, minimizing physical effort and reducing injury risks for both patients and caregivers. Interested vendors must submit their proposals, including technical capabilities and pricing, by January 7, 2026, with questions due by December 18, 2025. For further inquiries, contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.
    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.