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 CONSIDERED NON-RESPONSIVE.
ID: 36C24525Q0631Type: 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)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the procurement of the Dantec Clavis EMG Stim Device, with the requirement that vendors provide either the brand-name product or an equivalent, along with an OEM letter from the manufacturer. This procurement aims to enhance treatment capabilities for conditions such as strabismus and spasticity, necessitating a device that combines EMG and stimulation functions, is portable, and operates on battery power. Interested vendors must submit their quotations by July 11, 2025, at 3:00 PM Eastern Time, via email to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov, ensuring compliance with federal regulations and the inclusion of a completed Buy American certificate.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids for the Dantec Clavis EMG Stim Device, with vendors required to submit quotations for either the brand-name product or an equivalent, including an OEM letter from the manufacturer. The solicitation, numbered 36C24525Q0631, is open to all businesses, emphasizing a full and open competition. The bids are due by July 11, 2025, at 3:00 PM Eastern Time, and submissions must be sent via email to the contract specialist, Mohsin Abbas. The contract seeks a firm-fixed price for the device, which must be delivered within 60 days of award to the Baltimore VA Medical Center. The evaluation criteria favor proposals that demonstrate the best benefit to the VA at a reasonable price, allowing multiple submissions from contractors. Necessary documents, including specific pricing information and compliance with contractual terms, must accompany the bids. The solicitation adheres to Federal Acquisition Regulation guidelines, intended to streamline the procurement of commercial items for the VA, underlining the importance of compliance and clarity in submissions. Potential contractors will be evaluated based on their ability to meet the technical requirements and provide competitive pricing.
    The document appears to be a fragmented data file related to federal and state/local Requests for Proposals (RFPs) and grants. Although the text lacks comprehensible structure due to corrupted data, it suggests a focus on funding opportunities, compliance with guidelines, and project requirements within the U.S. governmental framework. Key themes likely include the dissemination of resources available for public projects, potential qualifications for applicants, and procedural expectations for submissions. An emphasis on collaboration and adherence to regulations is implied, though specifics are illegible. Overall, it underscores the importance of maintaining compliance and seeking available funding for community and infrastructure developments through proper channels. This aligns with the objectives of federal and state/local government initiatives aimed at enhancing public services and infrastructure.
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Department of Veterans Affairs for the procurement of the Dantec Clavis EMG/Stimulation device, required at the Baltimore VA Medical Center. The RFQ specifies that the equipment is essential for improving treatment of various conditions. Key requirements include a combined EMG/stimulation function, portability, battery operation, and specific performance metrics. The procurement aims to ensure compliance with federal regulations, particularly the Buy American Act and mandates for small business participation. Offerors must submit quotations by July 11, 2025, and must include an OEM authorization letter and a completed Buy American certificate. The contract is firm-fixed priced, with an expected delivery time within 60 days after the issuance of the order. The RFQ emphasizes the importance of adhering to specified standards and outlines the conditions of evaluation, which includes pricing and compliance with regulations. This solicitation manifests the government's commitment to procure necessary medical equipment efficiently and transparently while promoting compliance with federal laws and support for small businesses.
    The document outlines a government Request for Proposal (RFP) for the procurement of medical devices, specifically focusing on Clavis EMG/Stimulation Devices and associated starter kits. Two line items are detailed: Item 0001, which includes three units of the Clavis device (MPN: 9015A0012), and Item 0002, comprising three units of the EMG Starter Kit (MPN: 9013S0182). Both products are stipulated as "brand name or equal to Dantec Clavis," aligning with a Statement of Work (SOW). The contract is classified as firm-fixed price, categorized under the principal NAICS code 339112, relevant to surgical and medical instrument manufacturing. Notably, both items are classified under the product/service code 6515, indicating their nature as medical and surgical supplies. The document emphasizes the procurement's structured pricing, with a grand total pending. This RFP is a part of the federal government's efforts to acquire essential medical equipment while ensuring compliance with specific standards.
    The Baltimore VA Medical Center requires a handheld Estim/EMG device to enhance treatment for conditions such as strabismus and spasticity. The Statement of Work outlines the vendor's responsibilities, including delivery of the device, which does not necessitate installation due to provider familiarity. Key specifications include the need for the device to combine EMG and stimulation functions, ensure portability with battery operation, and feature an intuitive touch screen interface. It should meet certain performance standards like a sampling rate of at least 1000Hz and minimal power noise. The contract for this procurement is a Firm-Fixed Price type, with evaluation criteria focused on compliance with brand specifications, the necessity of an OEM authorization letter, and pricing. This document reflects procedural norms within federal RFPs by establishing clear requirements for the desired equipment to support healthcare delivery effectively.
    The VAAR 852.212-71 outlines regulations regarding the procurement of supplies and equipment for the federal government, specifically prohibiting the provision of used, refurbished, or remanufactured items. Only new Original Equipment Manufacturer (OEM) products are acceptable, condemning gray market and counterfeit items. Gray market items are defined as OEM goods sold outside authorized channels, while counterfeit items pertain to unauthorized reproductions or misrepresentations of authentic products. Vendors must be OEMs, authorized dealers, or distributors, with documented authorization from the OEM to ensure compliance. Furthermore, any associated software licensing, warranty, and service must align with OEM terms and conditions. This clause seeks to safeguard procurement integrity by ensuring that only legitimate and authorized products and services are acquired within government contracts.
    Similar Opportunities
    6515--FES Cycling System
    Veterans Affairs, Department Of
    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--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Veterans Affairs, Department Of
    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.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    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.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    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.
    6640--Sioux Falls Health Care System - Brand Name or Equal Supply Procurement of DORIC Fiber Photometry System
    Veterans Affairs, Department Of
    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.
    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--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.