6515--EAGLE-EYE SURFACE PROFILER
ID: 36C24724Q0107Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Nov 16, 2023 8:05 PM
  2. 2
    Updated Nov 16, 2023 8:05 PM
  3. 3
    Due Nov 20, 2023 5:00 PM
Description

Presolicitation notice from the Department of Veterans Affairs is seeking a service-disabled veteran-owned small business (SDVOSB) to provide an Eagle-Eye Surface Profiler. The Eagle-Eye Surface Profiler is a medical and surgical instrument used for measuring and analyzing the surface of the eye. The procurement is set aside for SDVOSBs, and only offers from qualified SDVOSBs will be considered for award. The solicitation will be posted on or before November 16, 2023, and all offers must be submitted by November 21, 2023, 12 PM EST to Quincy L Alexander at Quincy.Alexander@va.gov. Vendors offering similar products are also welcome to submit their offers with details and brochures for visual viewing. The place of performance is the WJB Dorn VA Medical Center at 6439 Garners Ferry Road, Columbia, SC 29209, USA.

Point(s) of Contact
Quincy L AlexanderContracting Officer
Quincy.Alexander@va.gov
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
6515--Brand Name Only, Small Business Set-Aside SONOPET IQ Handpiece
Active
Veterans Affairs, Department Of
Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a small business to provide a Brand Name Only Sonopet iQ Handpiece for the VA SAN FRANCISCO HEALTH CARE SYSTEM SAN FRANCISCO. The handpiece is used for surgical and medical procedures. The solicitation is set-aside for small businesses only and requires vendors to be registered in the System Award Management database (SAM). The handpiece must be new and not refurbished or recycled. The solicitation includes specific requirements for the Sonopet iQ Universal Angled Handpiece. Vendors must be OEM, authorized dealer, authorized distributor, or authorized reseller for participation. Price quotes should include SAM UEI Number, VetCert Verification, Small Business Status, authorized distributor letter, and supporting price information. The NAICS code for this procurement is 339112 Surgical and Medical Instrument Manufacturing. The solicitation will be available on or about July 30, 2024, and responses are due by August 7, 2024, to Joeferson Gawaran at Joeferson.Gawaran@va.gov.
6515--Scope Buddy
Active
Veterans Affairs, Department Of
Presolicitation notice from the Department of Veterans Affairs is seeking Schick 33/3.0 Size 2 Sensor Starter Kit/AE USB Interface, 9FT and Schick 33/3.0 Size 1,1 sensor starter kit/AE USB interface, 9FT. These items are used in surgical and medical procedures. The procurement is open to all businesses and the NAICS code is 339112 with a size standard of 750 employees. All communication should be done via email to Rochene.Carroll@va.gov.
6515--544-25-1-126-0001/NEW EQUIPMENT REQUIREMENT/ZEISS GREEN LASER/SURGICAL SERVICE LINE (VA-25-00004900)
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking information from industry partners regarding a new equipment requirement for the Surgical Service Line. Specifically, the VA requires a Zeiss Green Laser system and is seeking capable manufacturers to respond. The primary purpose of this contract is to acquire a state-of-the-art green laser surgical device, along with related accessories and services. This cutting-edge technology will enhance the VA's ability to provide advanced surgical procedures. The scope of work for the successful awardee will involve delivering a fully functional Zeiss Green Laser system, including necessary installation, training, and ongoing maintenance support. The device should be equipped with advanced features enabling precise surgical interventions. Additionally, the awardee will be responsible for providing consumables and replacement parts as needed. To be eligible for this opportunity, applicants should possess expertise in the medical device industry, with a focus on electromedical apparatus. Experience in working with federal government agencies, particularly the Department of Veterans Affairs, would be advantageous. The VA encourages small businesses to apply and will consider options for contract bundling to foster competition. Funding for this project is estimated at $500,000 to $700,000, with the potential for multiple awards. The contract type contemplated is a firm-fixed-price arrangement. Interested parties should respond to this notice by providing a detailed capability statement. The statement should highlight relevant experience, manufacturing capabilities, and any past successful implementations of similar systems. The VA encourages applicants to showcase their unique qualifications and approach to fulfilling the requirement. The evaluation of applications will primarily focus on the specificity and relevance of the proposed solution, along with the applicant's past performance and financial capabilities. Award decisions will be made based on the VA's assessment of the best value to the government. For clarification or further information, interested individuals or companies may contact Procurement Analyst Joseph M. Locke at Joseph.locke@va.gov or by phone at 803-776-4000, extension 7814. The VA looks forward to receiving responses from qualified manufacturers as it seeks to acquire this critical surgical equipment to enhance veteran healthcare services.
6515--LX ULTRASOUND SYSTEM
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking offers for a 6515-LX Ultrasound System for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This combined synopsis and solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, governed by the Federal Acquisition Regulations (FAR). The VA requires the delivery and installation of the ultrasound system, along with associated training and support. The system must be new and include specific features and capabilities outlined in the detailed specification document attached to the solicitation. Offerors are expected to carefully review these requirements and ensure their proposals meet all essential criteria. To participate, applicants must be registered as SDVOSBs and meet the eligibility criteria outlined in FAR Part 19.14. The VA encourages small businesses to apply and will provide preference to eligible SDVOSBs. The contract type is anticipated to be a firm-fixed-price, and pricing information should be included in the offer. The solicitation, which contains further details and the required format for offers, is attached to this notice. Offerors must submit their proposals by the deadline specified in the solicitation. The VA will evaluate offers based on the criteria stated therein, with a focus on meeting the specialized requirements and providing the best value to the government. For any clarifications or questions, interested parties should contact the primary point of contact, James Ferro, via email at james.ferro@va.gov or by phone at 202-745-8000. Please note that all pertinent information is contained within the attached documents. Offerors are advised to review these carefully before submitting their proposals.
6515--Phacoemulsification Units (VA-24-00002473)
Active
Veterans Affairs, Department Of
The Veterans Affairs Department is seeking to procure Phacoemulsification Units for use in delivering patient care at VA Medical Centers nationwide. Phacoemulsification Units are used to break up and remove cataractous lenses of the eye. Cataracts are foggy areas in the lens that inhibit the transmission of light, causing blurred vision and glare. If left untreated, cataracts can lead to significant vision loss. The procurement will be a single award Requirements contract for Alcon Centurion® brand name or equal Phacoemulsification Units and related equipment and accessories. The contract will have a base period of 12 months with four 12-month option years. Interested companies must provide quotes for all Contract Line Item Numbers listed in the solicitation. The deadline for quotes is July 31, 2024.