6515--NX EQ Capsule Endoscopy (VA-26-00006488)
ID: 36C10G26Q0024Type: 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)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ Capsule Endoscopy systems, which are essential for examining the intestinal tract to detect abnormalities. This acquisition is set aside for Service-Disabled Veteran-Owned or Veteran-Owned Small Businesses and will involve a sole-source, brand-name or equal contract for a 12-month base year with four additional option years. Interested vendors must submit their offers, including pricing and technical capabilities for the specified Medtronic products, by the extended deadline of January 9, 2026, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Hosea Berkley at Hosea.Berkley@va.gov or by phone at 540-479-8450.

    Point(s) of Contact
    Hosea BerkleyContract Specialist
    (540) 479-8450
    Hosea.Berkley@va.gov
    Files
    Title
    Posted
    This is an amendment to the combined solicitation 36C10G26Q0024 for NX EQ Capsule Endoscopy, issued by the U.S. Department of Veterans Affairs. The primary purpose of this amendment is to extend the due date for responses to Friday, January 9, 2026, at 11:59 PM ET. All other terms and conditions of the original solicitation remain unchanged. The solicitation is set aside for Product Service Code 6515 and NAICS Code 334510, with a contracting office zip code of 22408-2697.
    The Department of Veterans Affairs (VA) is issuing a Request for Quote (RFQ) 36C10G26Q0024 for a sole-source, brand-name or equal contract to procure NX EQ CAPSULE ENDOSCOPY systems. This acquisition, authorized under 38 U.S.C. 8127 for Service-Disabled Veteran-Owned (or Veteran-Owned) Small Businesses, aims to provide ingestible camera endoscopic video systems for VA Medical Centers nationwide. These systems, designed for examining the intestinal tract to detect abnormalities, consist of a camera pill, a patient-worn recorder, and a workstation. The contract will be a single-award Requirements contract for a 12-month base year with four 12-month option years, with firm-fixed price orders. The NAICS code is 334510, with a 750-employee size standard. Offers, due by December 29, 2025, must include pricing and technical capabilities for all listed Medtronic brand-name or equal items, adhering to specified salient characteristics and FAR provisions. All offerors must be registered in SAM.
    This government file details a request for proposal (RFP) for various Medtronic PillCam® products and related accessories. The document outlines a comprehensive list of items, including different PillCam® capsules (GENIUS SB, SB 3-EX), software, recorders, sensor belts, and accessories like barcode scanners and USB cables. The RFP requires vendors to complete highlighted sections with proposed manufacturer names, part numbers, unit of measure, quantity, and pricing for a base year and four option years. A 3% Service Level Agreement (SLA) is factored into the total price calculations. Offerors proposing equivalent products must provide detailed descriptions and ensure their proposed items correspond with those in the technical volume. Vendors must indicate
    This government file, 36C10G25Q0114, outlines contract administration, invoicing, and reporting procedures for a federal government contract. It specifies that contract administration will involve a government contracting officer, Hosea Berkley, from the U.S. Department of Veterans Affairs Strategic Acquisition Center. Payments will be made electronically, and invoices must be submitted monthly in arrears via the VA's electronic invoice system, primarily through Tungsten, a third-party contractor. The document details mandatory monthly and quarterly reports, including 'ATTACHMENT E – REPORTING TOOL – NX EQ REMOVE DC IMPULSE GENERATORS,' due by the 5th of each month and quarterly based on the fiscal calendar. It also covers general terms and conditions, such as the government's right to evaluate replacement items, order limitations, and the authority of designated VHA ELCM Ordering Officers for placing orders. Shipping terms are Free on Board (FOB) – Destination, with specific delivery ticket requirements for all shipments.
    This government file, 36C10G25Q0114, outlines the mandatory contract clauses for the acquisition of NX EQ Capsule Endoscopy supplies. Key requirements include electronic disclosure of mandatory written disclosures to the VA OIG Hotline, adherence to a 3.0% Service Level Agreement (SLA) fee embedded in pricing, and submission of quarterly sales reports. The contractor must report sales by calendar quarter, segmented by VA and Other Government Agencies, including the SLA fee, and remit the fee electronically within 60 days. The document also details liquidated damages of $37.50 per day for delivery delays and incorporates numerous FAR and VAAR clauses by reference, covering areas such as restrictions on subcontractor sales, business ethics, whistleblower rights, small business utilization, equal opportunity for veterans and workers with disabilities, combating trafficking in persons, and prohibitions on certain foreign-manufactured items and services. It specifies ordering procedures, order limitations (minimum of one item, maximum of 100 per item or $750,000 total), and the government’s option to extend the contract for up to five years. The contract also mandates new OEM items, prohibits gray market and counterfeit goods, and includes evaluation factors for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses. Compliance with Executive Order 13899 (Combating Anti-Semitism) and proper packing for domestic shipment are also required.
    This government file outlines crucial compliance requirements for offerors responding to federal solicitations, specifically focusing on telecommunications, supply chain security, and responsibility matters. It details prohibitions related to covered telecommunications equipment and services as per the John S. McCain National Defense Authorization Act for Fiscal Year 2019, requiring offerors to disclose their use or provision of such equipment. The document also addresses Federal Acquisition Supply Chain Security Act (FASCSA) orders, prohibiting the use of certain covered articles or products from restricted sources, and mandates disclosure for any non-compliance. Furthermore, it includes provisions for reporting responsibility matters, particularly for contractors with federal contracts and grants exceeding $10,000,000, ensuring transparency regarding criminal, civil, or administrative proceedings. The file specifies submission instructions for quotes, including technical, price, and certifications/representations volumes, with emphasis on meeting salient characteristics, adherence to pricing formats, and compliance with various federal regulations and certifications. Technical capability is deemed significantly more important than price in the evaluation process. The solicitation also outlines requirements for small business concerns, including HUBZone, veteran-owned, and women-owned businesses, and addresses certifications related to Buy American, Free Trade Agreements, and child labor.
    The provided document outlines a reporting template for sales of
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used for fragmenting endoscopic clips within the digestive tract at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, is a total small business set-aside and requires vendors to provide FDA-certified equipment along with a two-year warranty, with proposals evaluated based on technical capabilities and pricing. The contract will be awarded as a sole-source, single-award Requirements contract with a base year and four option years, emphasizing the importance of compliance with various federal regulations and reporting requirements. Interested parties must submit their proposals by December 30, 2025, and direct any inquiries to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    6515--Cholangioscopy Image Controller (VA-26-00029891)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide the Boston Scientific Cholangioscopy Image Controller: SpyGlass DS product line through an Enterprise-wide Requirements Contract. This procurement aims to identify sources capable of delivering this specialized medical equipment to VA medical centers and facilities across the United States, with a focus on ensuring compliance with specific salient characteristics such as FDA approval and a one-year warranty. The Cholangioscopy Image Controller is crucial for high-resolution imaging during endoscopic procedures, facilitating effective management of pancreaticobiliary conditions. Interested vendors must respond to the Sources Sought Notice by providing detailed information about their capabilities, service plans, and compliance with the outlined requirements, with submissions directed to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--36C25926Q0156| Source Sought on Compact Microprobe Laser and Endoscopy System for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is conducting a market survey to identify potential sources for a Compact Microprobe Laser and Endoscopy System for the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a system that includes a fiber-coupled diode laser, flexible fiberoptic endoscope, high-resolution imaging system, and various accessories necessary for surgical services. This equipment is crucial for enhancing surgical capabilities and patient care within the VA healthcare system. Interested vendors must submit their responses, including company details and socioeconomic classifications, by January 2, 2026, at 12:00 PM MT to Lynn Lim at lynn.lim@va.gov. The opportunity is classified under NAICS code 339112, and no costs will be incurred by the government for the information provided.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    VIDEO TO CLINIC REQUEST FOR INFORMATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified firms for its "Video to Clinic" initiative, which aims to modernize clinic-based telehealth services. The VA's Digital Health Office is specifically looking for an all-in-one hardware solution that includes an exam camera with otoscopy and general exam capabilities, as well as a digital stethoscope, all of which must integrate seamlessly with existing VA telehealth platforms. This initiative is crucial for enhancing the telehealth experience for Veterans, their families, and caregivers by facilitating both synchronous and asynchronous care. Interested parties must submit their responses by January 16, 2026, via email to William Milline at William.Milline@va.gov and Cristine Carmody at Cristine.Carmody@va.gov, ensuring to include their company's socio-economic category and any relevant existing contractual vehicles.
    Q702--LEASE and PREVENTATIVE MAINTENANCE STRYKER EQUIPMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified businesses to provide leased Stryker equipment and preventative maintenance services for the San Diego VA Healthcare System. The procurement aims to ensure the availability of necessary equipment and maintenance for Endoscopy, Neurosurgery, and Orthopedic Spine procedures, which are critical for patient care in surgical settings. Contractors will be required to supply certified technicians, labor, materials, and training, with a full-time, on-call technician available for repairs and maintenance in accordance with OEM specifications. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by January 5, 2026, at 10:00 AM MST to Felicia Simpson at Felicia.Simpson@va.gov, and must be registered in the System for Award Management (SAM) and, if applicable, with the SBA-Dynamic Small Business Search.
    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.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.