6540--CANON CX-1 RETINAL CAMERA SYSTEM "BRAND NAME OR EQUAL TO CANON IAW SOW". OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
ID: 36C24525Q0686Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotations for the procurement of a Canon CX-1 Retinal Camera System or an equivalent product, as outlined in solicitation number 36C24525Q0686. The procurement aims to replace an outdated device to enhance retinal imaging capabilities at the Huntington VA Medical Center, ensuring compliance with specific functionalities and integration with existing software systems. This advanced camera system is crucial for comprehensive eye assessments, supporting high-resolution imaging and various photography modes. Interested vendors must submit their quotes by July 25, 2025, at 3:00 PM Eastern Time, and are required to provide an Original Equipment Manufacturer (OEM) letter to be considered responsive. For inquiries, contact Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting quotations for the Canon CX-1 Retinal Camera System or an equivalent product, as outlined in solicitation number 36C24525Q0686. The request requires that all vendors provide an Original Equipment Manufacturer (OEM) letter to be considered responsive. The deadline for submitting quotes is July 25, 2025, at 3:00 PM Eastern Time. The procurement falls under Product Service Code 6540 and NAICS Code 339112, indicating the focus on surgical and medical instruments. The anticipated award will result in a firm-fixed-price contract, with responses evaluated based on the best value to the government. Contractors must provide a detailed price quote as per designated Contract Line-Item Numbers (CLINs). The solicitation adheres to Federal Acquisition Regulations and necessitates verification for Service-Disabled Veteran-Owned Small Businesses. Communication for inquiries should be directed to Contract Specialist Mohsin Abbas. The Huntington VA Medical Center will serve as the place of performance, with delivery required within 60 days post-award. Relevant attachments provide further instructions and requirements for compliance with the solicitation.
    The document outlines the Buy American Certificate requirements as part of federal procurement processes. It mandates that Offerors certify that their end products are domestic, except for those specified otherwise. Foreign end products must be identified, including their country of origin and an indication of whether they exceed 55% domestic content, unless they are commercially available off-the-shelf (COTS) items. Offerors are also required to list domestic end products that contain a critical component. The government will evaluate offers based on the policies established in the Federal Acquisition Regulation (FAR) part 25. Definitions for terms like “domestic end product,” “foreign end product,” and “critical component” are provided, emphasizing compliance with the “Buy American—Supplies” clause. This provision aims to ensure that federal procurements prioritize American-made products while providing a clear framework for compliance from Offerors.
    The document outlines a Request for Proposal (RFP) for the procurement of ophthalmic medical equipment, specifically focusing on a Canon CX-1 Hybrid Digital Retinal Camera System, a 2-column instrument table, and associated training services. Each item requires a quantity of one and is classified under firm-fixed price contracts with the principal NAICS code 339112, representing Surgical and Medical Instrument Manufacturing. The RFP specifies that offerings must meet or be equivalent to brand-name products stated in the Scope of Work (SOW). The total cost of the request will be calculated based on the unit prices provided for each item. The document emphasizes the importance of quality and compliance in the procurement process, aligning with federal standards for medical instruments and services. Overall, this RFP serves the purpose of acquiring essential medical equipment and training to support healthcare services.
    The file outlines a procurement request for a Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera, required to replace an outdated device by March 2025. The new camera will support retinal imaging for comprehensive eye assessments and must meet specific functionalities aligned with the existing eye clinic's software, including DICOM compliance. Key specifications include five photography modes for different imaging techniques, easy switching between mydriatic and non-mydriatic modes, high-resolution imaging capabilities, and advanced software for image storage and processing. The procurement will follow a firm-fixed price contract structure, requiring vendors to provide evidence of OEM distribution and comply with Buy-American certification. Evaluation criteria emphasize adherence to the specified brand or equivalent, manufacturer authorization, and competition on price. This RFP demonstrates the government's commitment to maintaining up-to-date medical technology for eye care services.
    The VAAR 852.212-71 regulation outlines strict requirements regarding procurement for supplies and equipment in federal contracts. It mandates that all items supplied must be new Original Equipment Manufacturer (OEM) products, explicitly prohibiting used, refurbished, or remanufactured goods. Furthermore, it outlaws the provision of gray market items, which are OEM products sold outside authorized sales channels, as well as counterfeit items, which include any unauthorized reproductions or misrepresentations of original products. Vendors participating in bids must be OEMs, authorized dealers, or distributors, with the necessity of providing documentation to verify their status. Additionally, all associated software licenses, warranties, and services must align with OEM terms. This regulation ensures high-quality procurement standards and compliance with authenticity requirements, thereby protecting the integrity of government contracts and the interests of stakeholders. It plays a crucial role in maintaining trust in federal procurement processes by safeguarding against substandard products.
    The document outlines a Request for Quotation (RFQ) from the U.S. Department of Veterans Affairs for the procurement of a Canon CX-1 Hybrid Digital Mydriatic/Non-Mydriatic Camera to enhance retinal imaging at the Huntington VA Medical Center. The RFQ specifies that the contractor must provide this device along with its accompanying equipment and training, ensuring compliance with established standards and capabilities outlined in the Statement of Work. The camera must fulfill operational requirements, including capturing high-resolution images and integrating with existing software systems. Key elements include a firm-fixed price contract structure, emphasis on the Buy American provisions, and requirements for original equipment manufacturer (OEM) authorization documentation. Vendor submissions must be emailed to the designated contracting officer by July 25, 2025. Furthermore, the document describes the evaluation criteria, emphasizing both price and compliance with specifications. The overall purpose is to secure specialized medical equipment while promoting adherence to federal procurement regulations and quality standards for veteran healthcare services.
    Similar Opportunities
    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.
    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.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    6515--VA-26-00026904- IMAGING THINKSTATIONS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from contractors capable of providing "IMAGING THINKSTATIONS" and related equipment for the Salem VA Medical Center. This Sources Sought Notice is intended for planning purposes only and does not constitute a solicitation or offer to contract. The procurement includes essential items such as keyboards, uninterruptible power supplies (UPS), workstations, and diagnostic displays, which are critical for medical imaging operations. Interested parties must submit their responses by December 17, 2025, at 12 PM EST, via email to Contract Specialist Francine Valverde at francine.valverde@va.gov, including relevant business information and referencing solicitation number 36C24626Q0215.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    Name Brand or Equal to: Zeiss IOL Master 700 with Total Keratometry License
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a Zeiss IOL Master 700 with Total Keratometry License, intended for use at the Atlanta VA Medical Center. This solicitation aims to replace an end-of-life unit in the Ophthalmology Department, which is critical for conducting cataract surgery eye exams. The successful contractor must provide an authorized distributor letter from the manufacturer along with their quote, and if offering equal products, descriptive literature must be included to demonstrate compatibility with existing systems. Interested vendors should contact Ashley Stewart at ashley.stewart4@va.gov for further details, as this opportunity does not have a set-aside and will evaluate domestic offers with a price preference during the selection process.
    Seattle VA MICU/SICU Camera Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to replace aging analog ICU and MICU observation cameras at the Seattle VA Medical Center with an upgraded IP-based camera system. The procurement involves replacing nineteen cameras with Avigilon brand name or equivalent ceiling cameras, which must meet specific technical requirements, including compatibility with existing hospital infrastructure and compliance with VA cybersecurity regulations. This upgrade is crucial for maintaining effective patient monitoring and security within the facility. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, with the goal of placing the order by mid to late January 2026 and completing installation within 45 days after receipt of order.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.