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