Request for Quote (RFQ) - UBeFlex Storage Modular System | VA Las Vegas
ID: 36C26125Q0699Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting quotes for the procurement and installation of UBeFlex modular storage systems at the VA Southern Nevada Healthcare System in North Las Vegas, Nevada. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the delivery and installation of brand name Belinda shelves to enhance storage capacity in the sterile processing area. The estimated value of the acquisition is $25,719.01, with a deadline for offer submissions extended to August 20, 2025, at 12:00 PM PDT. Interested vendors should submit their quotes via email to Edward Hunter and Janetra Johnson, as telephone inquiries will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided text is simply "Din," which does not provide sufficient context or content for summarization. Please provide additional information or a longer text for an effective summary.
    The document outlines the ISO storage practices for dividable baskets and related supplies, emphasizing standardized storage solutions to optimize organization and accessibility.
    This document is an amendment to a federal solicitation (36C26125Q0699) issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 21. The primary purpose of this amendment is to extend the deadline for offer submissions to August 20, 2025, at 12:00 PM PDT. Additionally, the procurement has been reclassified as an open market unrestricted solicitation. All offerors are required to sign and return all solicitation amendments to be eligible for award. The document details a price/cost schedule for various "UBeFlex" and "Perfo-Safe" medical and surgical instruments, equipment, and supplies (NAICS code 339113, PSC 6515) for two main areas: Belintra-Desk Area 2 (5 DIN Instrumentation Columns) and VA Southern Nevada (8 ISO Columns for Supply Storage). The delivery schedule specifies that all items (0001-0017) are to be shipped to the VA Southern Nevada Health Care System within 90 days ARO, with FOB Destination. All other terms and conditions of the original solicitation remain in effect.
    The document provides measurements for two distinct configurations: one at 144 inches with 8 columns, and another at 72 inches with 5 columns. Given the context of government RFPs, federal grants, and state/local RFPs, this type of information typically relates to specifications for equipment, material dimensions, or layout requirements within a project. These measurements could pertain to anything from architectural plans, IT infrastructure, or procurement needs, where precise dimensions and capacities are critical for compliance, functionality, and accurate cost estimation. The brevity of the file suggests it serves as a concise reference for specific dimensional or structural parameters crucial for a project's technical requirements.
    The document outlines specifications likely related to a government Request for Proposals (RFP) or grant application, detailing the requirements for a structure with given dimensions. It specifies a need for materials arranged in a specified layout—144 inches across with 8 columns and another arrangement of 72 inches across with 5 columns. Such precise measurements suggest a focus on spatial design, possibly for display or functionality in a public or government space. The layout’s structured approach emphasizes organized presentation or installation, which is crucial in projects requiring clarity and efficiency in execution. This document may serve as a guideline for contractors or grant recipients to adhere to specific spatial criteria as part of their proposal submissions or project plans within the context of federal or state initiatives. Overall, it reflects the systematic approach common in government contracts, ensuring adherence to established guidelines and operational standards.
    This document details a Request for Quote (RFQ) issued by the Department of Veterans Affairs (VA) for the procurement and installation of UbeFlex Storage Systems at the VA Southern Nevada Healthcare System. The RFQ is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the requirement for participants to meet specific eligibility criteria as defined by the SBA. The primary scope includes the delivery and installation of various storage components, ensuring they are new and align with the provided specifications, with an emphasis on compliance with relevant regulations and safety standards. Key elements include details about the items listed, delivery schedules, and the installation process, which must occur under the supervision of the contractor during designated business hours. The contractor must also manage packaging, clean-up, and compliance with VA policies regarding vendor access. The document further incorporates essential contract clauses and requirements that govern the contractual relationship, focusing on quality assurance and adherence to regulatory frameworks. Overall, this RFQ illustrates the VA's commitment to enhancing its storage capabilities while also promoting opportunities for veteran-owned businesses in accordance with federal policies.
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 21, is issuing a Justification for Single Source Award for the purchase of UBeFlex modular storage shelves for the VA Southern Nevada Healthcare System. The estimated amount for this acquisition is $25,719.01. The UBeFlex shelving units by Belintra are already installed in the Sterile Processing Services area, and due to their patented design, only this brand is compatible for expanding the current storage capacity. Market research conducted across various federal procurement databases identified at least two verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of providing the required supplies. In accordance with 38 U.S.C. 8127(d), the VA is required to set aside this acquisition for SDVOSBs given the identification of multiple capable and verified vendors.
    The Department of Veterans Affairs is seeking approval for a single-source acquisition of UBeFlex modular storage shelves from Belintra Inc. for the Sterile Processing Services at the VA Southern Nevada Healthcare System. The intended purchase, totaling $25,719.01, aims to expand existing shelving to optimize storage capacity. The justification for selecting Belintra stems from the patented nature of their shelving system, which is currently installed and cannot be replaced with a different brand without incurring additional costs and delays. Market research conducted revealed that, while there are two service-disabled veteran-owned small businesses capable of supplying similar products, only the Belintra brand meets the specific requirements for this project due to compatibility issues. The purchase complies with federal regulations, as the acquisition is below the micro-purchase threshold of $250,000 and aligns with the obligation to set aside contracts for SDVOSBs when multiple verified options exist. The contracting officer, Edward Hunter, certifies the accuracy and completeness of this justification in accordance with federal acquisition regulations.
    Lifecycle
    Similar Opportunities
    J065 | Viewpoint Software Support and Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    R699-- Relocation and Removal Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    6530--BNOE Baxter Progressa ICU Beds
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Baxter Progressa ICU Beds for the Boise VA Medical Center in Idaho. This Sources Sought Notice aims to gather information on the availability and capabilities of potential suppliers, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses, to fulfill the requirement for 14 ICU beds with specific features. The procurement is crucial for enhancing patient care in the ICU, ensuring that the beds meet advanced medical standards and functionalities. Interested vendors must submit their capability statements and a courtesy market research quote to Tracy Heath at tracy.heath@va.gov by 3:00 PM PST on December 15, 2025, as this is not a request for a quote and no solicitation is currently available.
    J059--Video Camera and Fiber Cable Installation Bedford VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide installation services for a video camera and fiber cable at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE network camera in the chapel and the integration of its audio/video feed into the facility's digital cable broadcast system, including the installation of fiber optic cable between Building 81 (chapel) and Building 3 (server room/video distribution head end). This procurement is critical for enhancing the chapel's broadcast capabilities while ensuring minimal disruption to the medical center's operations. Interested parties must submit their quotes by December 12, 2025, at 12 PM EST, and are encouraged to attend a site visit on December 3, 2025, with questions due by December 5, 2025. For further inquiries, contact Carissa Sarazin at carissa.sarazin@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    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.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.