6515--DANTEC CLAVIS EMG STIM DEVICE BRAND NAME OR EQUAL TO DANTEC CLAVIS IAW SOW OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE DISQUALIFIED AT THE TIME RFQ CLOSED.
ID: 36C24525Q0731Type: 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

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 soliciting quotations for the procurement of Dantec Clavis EMG Stim Devices, with a focus on ensuring compliance with a "Brand Name or Equal" standard as outlined in the Statement of Work (SOW). The devices are intended to enhance treatment options for conditions such as strabismus and spasticity, requiring features like combined EMG and stimulation functions, portability, and a customizable touchscreen interface. Interested vendors must submit their quotes by August 5, 2025, at 3:00 PM EST, and are required to provide an OEM letter to avoid disqualification; all inquiries should be directed to 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 seeking quotations for the Dantec Clavis EMG Stim Device, requiring vendors to meet a "Brand Name or Equal" standard as stated in the Statement of Work (SOW). The solicitation (36C24525Q0731) is open to total small businesses, with the deadline for responses set for August 5, 2025, at 3:00 PM EST. Vendors must provide an original equipment manufacturer (OEM) letter; failure to do so will result in disqualification. Quotes must demonstrate the vendor's capability to fulfill the requirements outlined, including a price schedule for potential items as detailed in the solicitation attachments. The contract, anticipated as a firm-fixed price order, will only be awarded if the proposal is advantageous to the government. Communication regarding the solicitation is to be directed to Contract Specialist Mohsin Abbas via email. This notice highlights the matter of ensuring compliance with the Buy American Act and preventing the supply of counterfeit items. By soliciting this equipment, the VA aims to meet its operational needs at the Baltimore VA Medical Center while fostering small business participation in federal contracting.
    The provided document appears to be unintelligible or corrupted data, lacking coherent content necessary for analysis. Therefore, it does not convey any discernible information regarding federal government RFPs, grants, or state and local RFPs. A functional document would typically present structured details on solicitation opportunities, project requirements, eligibility criteria for funding, or specified proposals for government contracting. Unfortunately, due to its disordered state, no main topic, key ideas, or relevant details can be extrapolated or summarized meaningfully. Ensuring the integrity and clarity of such documents is crucial for effective communication and understanding their purpose in the context of government contracting and funding initiatives. It is recommended to review or retrieve the original document for accurate analysis.
    The document outlines a Request for Quotation (RFQ) by the U.S. Department of Veterans Affairs for the procurement of three Clavis EMG/Stimulation devices for the Baltimore Veterans Affairs Medical Center. The RFQ specifies that this is a Firm-Fixed Price contract and requires vendors to deliver the devices within 60 days after receipt of the order. The devices must integrate EMG and stimulation capabilities, provide accurate muscle and nerve localization, and have advanced technical features such as a touch screen interface, portability, and specific operational parameters. The contractor must adhere to a set of security and compliance requirements, particularly concerning access to sensitive VA information and information systems, emphasizing the importance of data protection. Additionally, companies submitting offers must provide necessary documentation such as OEM letters, to ensure responsiveness. The procurement aims to enhance treatment options for conditions such as strabismus and spasticity, reflecting the VA's commitment to providing quality medical care to veterans. The RFQ encourages wide participation from all eligible vendors, including small businesses and veteran-owned businesses.
    This government file outlines a Request for Proposal (RFP) for the procurement of medical equipment with a focus on two specific items: the Clavis EMG/Stimulation Device and the EMG Starter Kit for Clavis, both requiring compliance with a Statement of Work (SOW). Each item is specified with a quantity of three, and the contract type is a firm-fixed price. The document includes details such as the Principal NAICS Code (339112), which relates to surgical and medical instrument manufacturing, and the product/service code (6515) for medical instruments and equipment. Manufacturer part numbers and local stock numbers are provided for both items. The file emphasizes the need for specific brand compliance, indicating the government’s preference for recognized quality in medical supplies. This procurement is part of broader federal and possibly state-local initiatives to ensure the availability of high-quality medical instruments for healthcare services.
    The Baltimore Veterans Affairs Medical Center (VAMC) is seeking to procure a handheld Estim/EMG device to enhance the treatment of conditions such as strabismus, dystonia, and spasticity. The vendor's role is limited to delivering the device, as the existing clinic staff are familiar with its operation and installation. Key device features include combined EMG and stimulation functions, muscle and nerve localization capabilities, a high sampling rate of at least 1000 Hz, and a low noise level. The device must be portable, battery-operated, lightweight (under 500 grams), with an operational lifespan of at least eight hours and customizable touchscreen interface. The contract will be a firm-fixed price, with delivery specified to the contact personnel at the Baltimore VAMC. This procurement aligns with the VA's commitment to providing precise and effective treatment options for veterans.
    The VAAR 852.212-71 clause addresses procurement standards for supplies and equipment within federal contracts, specifically prohibiting the provision of used, refurbished, or remanufactured items. Only new Original Equipment Manufacturer (OEM) products are allowed, with strict measures against gray market and counterfeit items. Gray market goods are defined as OEM items sold outside authorized sales channels, while counterfeit items are unauthorized reproductions that misrepresent authenticity. To ensure compliance, vendors must be recognized as OEM, authorized dealers, or authorized resellers, supported by appropriate documentation from the OEM. Additionally, all software licensing, warranties, and service agreements must align with OEM terms. This clause underscores the government’s commitment to maintain high standards for quality and authenticity in procurement, which is critical for ensuring reliable service delivery within federal contracts.
    Similar Opportunities
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Clitoral Therapy Devices (CTD) and associated accessories under solicitation number 36C10G26Q0004. The objective of this procurement is to standardize products and reduce costs within the Veterans Health Administration (VHA), requiring FDA-approved devices that meet specific technical specifications, including removable cups, extension tubing, and a one-year warranty. These devices are critical for providing therapeutic support to veterans, ensuring they receive necessary medical care. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details, with proposals due by the specified deadline. The contract will be structured as an indefinite-quantity contract with a one-year base period and four one-year options, and contractors will be required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    6515--FES Cycling System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a Functional Electrical Stimulation (FES) cycling system, specifically the Myolyn Myocycle V2 Pro Plus or an equivalent product. The procurement aims to identify vendors capable of meeting specific requirements, including at least 10 integrated FES therapy channels, a 10-inch touchscreen controller, an electrode set, a weight capacity of up to 120 kilograms, and an arm crank length of at least 117 millimeters. This equipment is crucial for rehabilitation and therapy for veterans, enhancing their recovery and mobility. Interested vendors must submit their responses, including capabilities statements and pricing information, via email to Nathan Munson at Nathan.Munson@va.gov by December 15, 2025, at 4:00 PM EST.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    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--Ultrasonic surgical aspirator console for chronic tendon pain
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for an Ultrasonic Surgical Aspirator Console designed for the treatment of chronic tendon pain, under Solicitation Number 36C26226Q0187. The procurement seeks a brand name or equal product, specifically the Tenex TX Console, which must include ultrasound capabilities for tissue removal, visualization for tendon repair, and features such as a MicroTip handpiece and touchscreen LCD. This equipment is critical for enhancing surgical outcomes and reducing patient recovery times, with the contract being a Firm Fixed Price (FFP) agreement. Interested vendors should submit their quotes electronically by December 11, 2025, at 4:00 PM PST, and can direct inquiries to Contracting Officer Debby Abraham at Debby.Abraham@VA.GOV.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    6640--Volcano Intrasight Philips
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is conducting market research for the procurement of a brand name or equal Philips Intrasight Mobile 5/Volcano system to be installed at the Amarillo VA Medical Center (AVAMC). This system is essential for enabling interventional heart studies for local Veterans, allowing them to receive necessary cardiac care without traveling to other facilities. The procurement requires a turn-key solution that includes components for cardiac catheterization, stent placement, and blockage calculation, adhering to guidelines from The Joint Commission and other regulatory bodies. Interested vendors must submit their responses, including business details and SAM registration, by December 12, 2025, at 3 PM CT, to the Contracting Officer, Rafael Rodriguez, at Rafael.Rodriguez2@va.gov.
    6640--Sioux Falls Health Care System - Brand Name or Equal Supply Procurement of DORIC Fiber Photometry System
    Buyer not available
    The Department of Veterans Affairs, specifically the Sioux Falls Health Care System, is seeking sources for the procurement of a DORIC Fiber Photometry System, or an equivalent product, as part of a market research effort. This procurement aims to acquire essential equipment for monitoring neuronal activity and integrating optogenetics in freely moving animals, which includes a Behavior & Bundle Photometry Console, fiber light sources, various fiber optic components, imaging cubes, software, and a high-performance workstation. The system is critical for advancing research in neuroscience by enabling precise control and measurement of neural activity in relation to behavior. Interested vendors must respond by December 19, 2025, at 4:00 PM Central Time, and can direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.