6515--NX EQ Transport Ventilators
ID: 36C10G25R0004Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hamilton T1® Transport Ventilators, aimed at enhancing patient care during intrahospital and interfacility transport across its medical centers nationwide. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a single award contract with a base period of 12 months and four optional 12-month extensions. The ventilators are critical for providing mechanical ventilation to neonatal, pediatric, and adult patients, ensuring their safety and comfort during transport. Interested vendors must submit their proposals by November 1, 2024, with questions due by October 24, 2024, and can contact Contracting Officer Kimberly LeMieux at Kimberly.LeMieux@va.gov for further information.

    Point(s) of Contact
    Kimberly LeMieuxContracting Officer
    Kimberly.LeMieux@va.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for the procurement of Transport Ventilators by the Veterans Health Administration (VHA), indicated by solicitation number 36C10G25R0004. The VHA requires these mechanical ventilators to enhance patient care during intrahospital and interfacility transport. The contract is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and includes a combination of base and option period awards over five years. Vendors are invited to submit proposals for specified Hamilton T1® Transport Ventilator products and must demonstrate how alternate products meet salient characteristics outlined in the solicitation, focusing on aspects like battery life, modes of ventilation, and weight. The procurement process emphasizes a single award contract under Federal Acquisition Regulation (FAR) guidelines. Interested vendors must register in the System for Award Management (SAM) and submit proposals by November 1, 2024, with questions due by October 24, 2024. The document outlines detailed product specifications, evaluation criteria, and the expectations for maintenance and product support throughout the contract lifecycle. This solicitation underscores the VA's commitment to providing essential medical equipment for veteran healthcare facilities nationwide.
    The document pertains to Request for Proposals (RFP) for medical equipment and accessories primarily from the Hamilton brand, indicated by the identifier 36C10G23R0016. It outlines various line items (CLINs) with associated part numbers, descriptions, and units of measure for equipment including HAMILTON-T1 and HAMILTON-C1 ventilators, trolleys, and various applications for patient care. Additionally, it calls for vendors to submit proposals, including prices and estimated quantities for several option years. The document includes instructions for vendors to complete certain highlighted sections regarding item descriptions, part numbers, and delivery timelines. It emphasizes that any proposed equivalent products must identify the manufacturer’s name and provide specific details. The purpose of the document is to solicit bids from suppliers for necessary medical equipment that meets federal and possibly state/local regulations, contributing to the healthcare sector's needs. The structured approach of itemization and clear requirements aligns with standard practices for governmental procurement processes, ensuring transparency and competition among vendors.
    This document outlines contract administration and invoicing guidelines for the acquisition of ventilators by the U.S. Department of Veterans Affairs (VA). The primary contacts for contract administration are identified as Kimberly LeMieux (Contracting Officer) and Diana Marsala (Program Office Point of Contact). It specifies that payment is processed electronically via the Tungsten Network, mandating electronic invoice submission within 30 days of delivery. Key terms stipulate that the vendor agrees to fulfill government orders for specified items and that all orders must come from authorized VA Officers, ensuring applications adhere to provisions set forth in the contract. Additionally, the document details shipping and reporting requirements, including the necessity for monthly and quarterly sales reports to comply with federal financial regulations. The intent of the contract is to provide a consistent supply of Hamilton T1® Transport Ventilators or equivalent products while allowing for the amendment of the contract to include new technologies or replacement items as necessary. Overall, the document emphasizes structured communication, electronic payment processes, and compliance with federal procurement regulations, underscoring the importance of efficiency in fulfilling government contracts for essential medical equipment.
    The document outlines a federal Request for Proposals (RFP) for the procurement of four NX EQ transport ventilators for the Department of Veterans Affairs (VA). It includes contract clauses that govern mandatory disclosures to the Office of Inspector General, the Service Level Agreement (SLA) related to fees and quarterly sales reporting, and various Federal Acquisition Regulation (FAR) clauses relevant to the contract. Key provisions include a SLA fee of 3.0%, which contractors must embed in their pricing, and requirements for quarterly sales reporting to maintain transparency regarding the collected SLA fees. There are stipulations for liquidated damages for delays in delivery, and compliance with various FAR clauses is mandated, covering areas such as business ethics, subcontracting, and anti-trafficking measures. Additional clauses specify the responsibilities of contractors, including the prohibition of gray market and counterfeit items. The contract allows for issuance of task orders under specified conditions and sets limits on order quantities, ensuring the government has the flexibility to procure necessary supplies while maintaining compliance and oversight. Overall, this procurement process is designed to ensure government accountability and transparency while effectively supplying necessary medical equipment to support veterans' health care needs.
    The document outlines the solicitation provisions for RFP 36C10G25R0004, focusing on the procurement of transport ventilators. It emphasizes compliance with federal regulations regarding telecommunications equipment, requiring vendors to certify that they do not provide or use covered telecommunications services linked with security concerns as stated in the John S. McCain National Defense Authorization Act. Vendors are also mandated to represent their responsibility status regarding any federal debarment or legal issues within three years, along with their performance on past contracts. Proposals must adhere to specific submission protocols, evaluated on technical capability, past performance, and pricing, with technical factors being more significant than cost. Offerors must submit their proposals in defined volumes, ensuring clarity and organization, while providing thorough details about the equipment offered. Certain certifications and disclosures regarding prior conduct, federal tax obligations, and business status (small business, veteran-owned, etc.) are also required. Failure to comply with the outlined terms may result in disqualification from the procurement process. This solicitation illustrates the government's stringent requirements on contracting processes to ensure quality, accountability, and compliance with applicable laws.
    The provided government document details a comprehensive list of contract items associated with various Veterans Affairs (VA) health care systems across multiple networks, indicating the locations, line item numbers, and descriptions of services or products contracted. It covers facilities in regions such as New England, New York/New Jersey, Pittsburgh, Mid-Atlantic, Southeast, and others, totaling numerous facilities. Reporting focuses on the first quarter of FY 2025, encapsulating expected sales volume and the total sales amount inclusive of Service Level Agreement (SLA) fees. The document consolidates data on quantities sold for specific items across various locations, yet it currently reflects zero sales. This indicates an ongoing or planned inventory rather than a completed sales period. Ultimately, the document serves to facilitate monitoring and reporting of health care services or products procured for veteran facilities, illustrating the commitment of the VA to track contractual obligations efficiently and ensure the delivery of necessary services. Through systematic organization and tabulation of this information, the document aids both operational oversight and fiscal accountability within the VA's healthcare procurement processes.
    The document outlines the requirements for providing past performance references related to the solicitation for NX EQ transport ventilators, identified by solicitation number 36C10G25R0004. Offerors must submit details about their work completion relevant to the solicitation, including their role (prime or subcontractor), contract specifics, pricing, timeline, and key contacts. A description of the work performed is necessary, emphasizing how it relates directly to the solicitation's needs. The document also requires an explanation of any performance issues encountered during the contract, the corrective actions implemented, and the results following these actions. Additionally, it calls for the inclusion of CPARS/PPIRS reports for any performance issues, reflecting the emphasis on accountability and quality assurance in federal contracting processes. This information is critical for evaluating offerors' qualifications and past performance in securing government contracts.
    The Department of Veterans Affairs (VA) is assessing contractor proposals for the Hamilton T1® Transport Ventilator through solicitation 36C10G25R0004. The VA requests input from references supplied by offerors, requiring a maximum of five references from the last three years. The Past Performance Questionnaire evaluates offerors in core areas: Quality of Service, Cost Control, Timeliness of Performance, and Business Relations. The ratings range from Unsatisfactory to Excellent, guiding the evaluation team’s assessment. References must provide detailed feedback, including their experience with the offeror, contract specifics, and an overall satisfaction rating. This feedback is crucial in determining the contractor’s capability to meet VA's standards and fulfill contractual obligations. Responses are to be submitted by November 1, 2024, at noon EST to assist in a thorough evaluation process and ensure fair contracting outcomes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ Cardiopulmonary Diagnostic Systems
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the acquisition of Vyaire Cardiopulmonary Diagnostic Systems or equivalent products under solicitation number 36C10G24R0018. The objective is to establish a national Requirements Contract to provide essential diagnostic systems for evaluating patients' cardiopulmonary function across VA medical facilities, with a focus on compliance with American Thoracic Society standards and compatibility with the VA's national Somnoware platform. These systems are critical for assessing patients' functional capacity and diagnosing various cardiopulmonary diseases, thereby enhancing overall patient care quality. Interested vendors must submit their technical and price proposals by November 6, 2024, and can direct inquiries to Contract Specialist Lisa Thompson at Lisa.Thompson10@va.gov or by phone at 720-793-5907.
    V225--National Air-Ambulance (702) (VA-24-00010685)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for five Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide scheduled air ambulance broker services for eligible VA beneficiaries. The procurement aims to ensure 24/7 air ambulance transport services across the contiguous United States, Hawaii, and U.S. territories, primarily for patients requiring Advanced Life Support, with a minimum guaranteed contract amount of $17,500 annually. This initiative is critical for enhancing medical transportation services for veterans, ensuring compliance with safety and medical regulations, and maintaining high standards of emergency medical response. Interested contractors should contact Krystal Weeks at krystal.weeks@va.com or Jacob Jackson at jacob.jackson2@va.gov for further details, and must acknowledge the amendments to the solicitation by the specified deadline to avoid rejection of offers.
    VENTILATING, SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of ventilating systems for the C-130 Aircraft, specifically under NSN: 1560-011293919. This presolicitation notice indicates a requirement for an Indefinite Quantity Contract with an estimated maximum order quantity of 16 units over a five-year period, emphasizing that the procurement is a Total Small Business Set-Aside. The goods are critical for aircraft operations, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for October 18, 2024. For further inquiries, contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    6835--CYLINDER GAS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rental and refill of medical gases, specifically targeting the Salem Veterans Administration Medical Center. This procurement involves a Firm-Fixed Price Contract for "E" size oxygen tanks and other medical-grade gases such as helium and carbon dioxide, structured as a Base Year plus four Option Years, from November 1, 2024, to October 31, 2029. The provision of these gases is critical for ensuring the highest standards of medical care for veterans, with strict adherence to federal and state regulations required. Interested vendors must submit their proposals by the extended deadline of October 29, 2024, at 11:00 a.m. EDT, and can contact Contract Specialist Ruth A. Morris at Ruth.Morris@va.gov for further information.
    6515--EQUIPMENT - CADD-SOLIS AMBULATORY PCA PUMPS (Amendment)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of CADD Solis ambulatory PCA pumps for the New York Harbor Healthcare System located in Brooklyn, NY. This solicitation, identified as 36C24225Q0021, aims to replace outdated PCA ambulatory pumps with brand name ICU Medical CADD Solis pumps, which are essential for compatibility with PharmGuard™ medication safety software and ensuring operational efficiency in patient care. The estimated contract value is not to exceed $250,000, with offers due by October 24, 2024, at 10 AM EST. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contract Specialist Aleta Jennette at Aleta.Jennette@va.gov or (914) 737-4400 ext 2068 for further details.
    6515--Q-NRG (plus) METABOLIC MONITOR
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is conducting a Sources Sought Notice to identify potential sources for the Q-NRG+ (plus) Metabolic Monitor and associated equipment. This procurement aims to gather information on the availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), and other suppliers to meet the specified requirements, which include advanced gas analysis technology and compatibility with both spontaneously breathing and ventilated patients. The selected vendor will be responsible for delivering new equipment, ensuring rapid warm-up times, and providing necessary manuals and warranty information, with responses due by October 30, 2024, to Contract Specialist Phillip Folger at phillip.folger@va.gov. Interested parties must also be registered in the System for Award Management (SAM) and provide detailed capability statements along with references for similar commodities.
    V225--36C257-25-AP-0104 | NEW | CTX ALS Critical Care Transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance transportation services for the Central Texas Veterans Health Care Center (CTVHCS) and its associated clinics. The requirement includes Emergent, non-emergent Advanced Life Support (ALS), and Critical Care Transport (CCT) services, which must comply with all relevant federal, state, and local regulations. This opportunity is crucial for ensuring that veterans receive timely and appropriate medical transportation, and the VA is particularly interested in identifying capable small businesses for potential set-asides in the procurement strategy. Interested vendors must respond to the Sources Sought Notice by 11:00 AM Central Time on November 18, 2024, and can contact Contracting Officer Rafael Rodriguez at Rafael.Rodriguez2@va.gov for further details.
    Ceiling Cavity Dust Containment Units
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified vendors for the procurement of Ceiling Cavity Dust Containment Units, specifically targeting service-disabled veteran-owned small businesses (SDVOSBs). The contract aims to replace two Hepacart ceiling units at the Pittsburgh VA Medical Center, with key specifications including a minimum airflow of 750 CFM and compliance with medical-grade standards. This procurement is a total SDVOSB set-aside, emphasizing the VA's commitment to supporting veteran-owned businesses, and interested vendors must submit their quotes by email by October 31, 2024. For further inquiries, vendors should contact McDaniel Brayboy III at mcdaniel.brayboy@va.gov or call 916-841-7834.
    6515--36C25925Q0050| Sources Sought on Impella Catheter for Rocky Mountain Regional VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration under Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential sources for the procurement of Impella Catheters for the Rocky Mountain Regional VA Medical Center. The objective is to enhance patient care, particularly for individuals undergoing high-risk procedures or recovering from heart conditions, by acquiring specified catheter bundles that include essential components such as introducer kits and guidewires. This procurement is crucial for maintaining high medical standards and supporting efficient patient health services. Interested companies must submit their responses, including company information and socioeconomic classifications, by October 31, 2024, at 12:00 AM Mountain Time, to Contract Specialist Lynn Lim at lynn.lim@va.gov.
    V225--CTX BLS Transportation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance transportation services for the Central Texas Veterans Health Care Center (CTVHCS) and its associated Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a reliable source for emergent and non-emergent Advanced Life Support (ALS) and Critical Care Transport (CCT) services, which are crucial for ensuring veterans receive timely medical care. Interested vendors are encouraged to respond to this Sources Sought Notice by 11:00 AM Central Time on November 18, 2024, and should include relevant business information and pricing estimates in their submissions. For further inquiries, contact Contracting Officer Rafael Rodriguez at Rafael.Rodriguez2@va.gov or by phone at 787-781-8700.