Vyntus One PFT System with Bicycle Ergometer (Brand Name or Equal) - Travis AFB, CA
ID: FA442725Q1034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking quotes for the procurement of a Vyntus One Pulmonary Function Testing (PFT) System with a Bicycle Ergometer, or an equivalent system. This requirement aims to enhance the capabilities of the Pulmonary Function Department by providing advanced diagnostic tools for comprehensive pulmonary evaluations, including spirometry and real-time diffusion capacity testing. The selected contractor will be responsible for delivering a fully integrated system that meets specific technical requirements, including wheelchair accessibility, staff training, and compliance with electronic health records, with a delivery timeline of 60 days post-order. Interested parties must submit their proposals by May 8, 2025, at 12:00 PM PDT, and can direct inquiries to SrA Joseph Restua-Perez or Mr. Vitaliy Kim via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the criteria for verifying contractor responsibility as mandated by FAR 9.103 and FAR 9.104-1 during the procurement process for government contracts. It emphasizes that contracts should only be awarded to responsible contractors, necessitating a thorough affirmative determination of responsibility by contracting officers. Key evaluation factors include adequate financial resources, compliance with delivery schedules, satisfactory performance history, and integrity in business ethics. Contractors must provide documentation such as profit/loss statements, past performance records, and certifications regarding their qualifications. Those with prior satisfactory government contracts can be exempt from certain performance history requirements. Ultimately, the guidelines aim to ensure that the government awards contracts to capable and trustworthy suppliers, reducing risks related to performance failure.
    The Pulmonary Function Department requires the acquisition of the Analyzer Vyntus One PFT PC system, along with an ergonomic bicycle, to conduct comprehensive pulmonary evaluations. This "brand name or equal" request includes advanced capabilities such as spirometry, lung subdivisions analysis, and real-time diffusion capacity testing. Key deliverables for the contractor include training for staff, supply of specialized equipment, and a fully integrated PFT system with essential software and connectivity to electronic health records. The system must accommodate patients with disabilities, featuring wheelchair accessibility, and include various specifications for a body plethysmograph, bicycle ergometer, and software compatibility. Additionally, the equipment should allow for electronic report generation, enhanced data accuracy, and robust patient monitoring functionalities. Installation, setup, shipping, and a minimum of 12 months warranty are also required, with a delivery timeline of 60 days post-order. This RFP is part of government efforts to upgrade public health facilities and enhance service provision through improved pulmonary diagnostic tools.
    The document outlines the features and benefits of the Vyntus™ ONE pulmonary function and cardiopulmonary exercise testing system developed by Vyaire Medical. It emphasizes the importance of respiratory diagnostics for patient quality of life, highlighting the device's modular design, patient-centered focus, and ease of use for clinicians. Key features include advanced measuring capabilities for various pulmonary functions, user-friendly operation via the SentrySuite™ software, and improved hygiene protocols. The Vyntus™ ONE accommodates both standard pulmonary testing and exercise testing, integrating various sensors to provide comprehensive data while simplifying cleaning and maintenance. It is positioned as a flexible solution that evolves alongside clinical practices, making it valuable for government and healthcare entities seeking efficient and accurate diagnostic tools. The deployment of these advanced systems aligns with federal standards and regulatory requirements in respiratory health diagnostics, potentially relevant for RFPs and grants aimed at enhancing patient healthcare technology.
    The Vyntus™ BODY system is a state-of-the-art body plethysmography device designed to improve patient testing for respiratory conditions. Key features include an ultrasonic sensor for high measurement accuracy, a spacious cabin, and a flexible telescoping arm allowing comfortable measurements for patients in wheelchairs. The system supports a wide range of tests, including lung volumes, airway resistance, and diffusion capacity, through a user-friendly SentrySuite™ software that enhances workflow efficiency. The device emphasizes hygiene and safety, incorporating the MicroGard™ II filter to minimize viral and bacterial contamination while ensuring no impact on measurement accuracy. Additionally, it complies with ATS/ERS guidelines, facilitating high-quality pulmonary function tests. This document outlines the Vyntus™ BODY's advanced functionalities and its applications in improving clinical diagnostics, ultimately driving better patient outcomes in respiratory healthcare.
    The TAFB Security Requirements outline access protocols for contractors wishing to enter Travis Air Force Base, which is a closed facility. Key prerequisites include identity proofing and security vetting, including checks by the National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS). Contractors must present valid identification as specified, and those with existing government security clearances can bypass some vetting steps. The primary contractor holds responsibility for ensuring all employees are legally permitted to work and adhere to security standards. Contractors must possess their identification and base pass while on the base, which is valid for the contract's duration. Various security levels (FPCONs) dictate access conditions, with escalated measures in place during increased threats. Additionally, the document stipulates mandatory training in information protection, operations security, and antiterrorism awareness for contractors. Access is strictly denied to individuals with specific disqualifying criminal backgrounds and behaviors, ensuring a high level of security within the base. Overall, the established protocols prioritize the integrity and safety of base operations while outlining clear responsibilities for contractors.
    The 60th Contracting Squadron at Travis Air Force Base is seeking quotes for a Firm Fixed Price contract for the Vyntus One Pulmonary Function Testing System with a Bicycle Ergometer, under solicitation FA4427-25-Q-1034. The notice is a combined synopsis/solicitation published on April 21, 2025, with a response deadline set for May 5, 2025, at 12:00 PM PDT. The contract is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and falls under the NAICS code 339112 for Surgical and Medical Instrument Manufacturing. Interested offerors must submit their proposals in compliance with the Federal Acquisition Regulation (FAR) guidelines, providing necessary documentation and financial capability evidence. Evaluations will focus on technical capability and quoted price, with the government reserving the right to award based on the most advantageous proposal. Contractors must ensure compliance with recent laws regarding telecommunications services and equipment. Questions may be directed to the contracting officers listed in the solicitation. Additional attachment details include the Statement of Need and security requirements for Travis AFB. This solicitation underlines the government's ongoing procurement process and commitment to supporting small veteran-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FD2030-24-01396
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for an oxygen system, eject, identified by NSN 1660-01-534-4498BO. This opportunity involves the acquisition of parts related to aircraft air conditioning, heating, and pressurizing equipment, with a focus on the specific drawing number 1659879-1 and an EDL revision dated October 5, 2021. The goods are critical for maintaining operational safety and efficiency in military aircraft. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    6640--Inhalation Exposure System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source, Firm Fixed Price (FFP) contract to Data Sciences International, Inc. for the procurement of a Buxco Inhalation Exposure System for the Charleston VA Medical Center. This specialized system is critical for accurate real-time respiration monitoring and integrated concentration values for Accumulated Inhaled Aerosol (AIA), featuring proprietary technologies such as SmartStudy, Halcyon®, and the Allay-restraint system, which enhance animal welfare and measurement precision. Interested parties may submit capability statements to the Contracting Officer, Darius Crane, at darius.crane@va.gov by 10:00 AM Eastern Time on December 22, 2025, although this notice is not a request for quotes.
    6515--Equipment - Non-Invasive Ventilators - Pulmonary - Cincinnati VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, VISN 10, intends to award a sole source firm-fixed purchase order to Nihon Kohden America, LLC for the procurement of six NKV-330 Respiratory Ventilator units, associated accessories, and one Bio-Med Training School for the Cincinnati VA Medical Center. This equipment is essential to replace outdated and unsupported ventilation systems, thereby enhancing the capabilities of staff to treat critically ill patients who are unable to breathe independently. The Nihon Kohden NKV 330 Respiratory Unit is particularly important due to its integrated Cap-One Non-Invasive Positive Pressure Ventilation (NPPV) mask, which allows for direct and accurate CO2 monitoring, crucial for real-time patient assessment. Interested parties must submit any responses demonstrating clear evidence of advantageous competition by December 24, 2025, at 12 PM EST, and can contact LouAnn Gilliland at louann.gilliland@va.gov for further information.
    42--BODY,GAUGE,BREATHIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 49 units of the Body Gauge Breathing (NSN 4240015641634). This solicitation is part of a total small business set-aside and aims to acquire essential surgical appliances and supplies that play a critical role in safety and environmental protection. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 29 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Aviator Oxygen Tank Service
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide aviator oxygen tank services for the 342nd Training Squadron at Wright-Patterson Air Force Base, Ohio, and the 344th Training Squadron at JBSA-Lackland, Texas. The procurement involves a Blanket Purchase Agreement (BPA) for the monthly pick-up, processing, refilling, and delivery of high-pressure steel oxygen cylinders, ensuring that the oxygen purity meets or exceeds 99.5%. This service is critical for training Airmen on low-pressure chambers and aircrew equipment, which is essential for managing in-flight situations. Interested small businesses must respond to the Request for Information (RFI) by December 29, 2025, and can direct inquiries to Contract Specialist Andrew Ng at andrew.ng.4@us.af.mil or Contracting Officer Jaison Saavedra at jaison.saavedra@us.af.mil.
    Ideal Aerosmith Rate Table Calibration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Ideal Aerosmith Rate Table Calibration services at Robins Air Force Base in Georgia. This procurement involves providing on-site calibration services for specific Ideal Aerosmith models, including all necessary tools, parts, materials, equipment, labor, and transportation, under a Firm Fixed Price (FFP) contract structure. The contract will span a 12-month base period with four one-year options, emphasizing compliance with various safety, security, and environmental regulations. Quotes are due by December 22, 2025, with an anticipated award date of January 9, 2025. Interested parties can contact Joshua Belzince at joshua.belzince@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.
    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.