6515--Surgical Boom System
ID: 36C25025Q0466Type: Presolicitation
AwardedSep 4, 2025
$599.9K$599,902
AwardeeTRILLAMED LLC BINGHAM FARMS 48025
Award #:36C25025P1621
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

    The Department of Veterans Affairs is seeking proposals for the procurement of a Surgical Boom System for the Battle Creek VA Medical Center. This project aims to enhance the efficiency and safety of surgical procedures by integrating utilities and supporting medical operations through advanced ceiling-mounted equipment. The procurement includes specific requirements for the surgical boom systems, such as the ability to support heavy loads, centralized control for display management, and flexible mounting options to optimize room layouts. Interested vendors should note that the deadline for submitting offers has been extended to June 18, 2025, at 5:00 PM EDT, and a site visit is scheduled for June 6, 2025, requiring prior notification to the contracting officer, Jeffrey P. Rozema, at Jeffrey.Rozema@va.gov.

    Point(s) of Contact
    Jeffrey RozemaContracting Officer
    (269) 223-6450
    jeffrey.rozema@va.gov
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the procurement of ceiling-mounted surgical boom systems and lights for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI. The primary aim is to enhance the efficiency and safety of procedure rooms during renovations by acquiring equipment that integrates utilities and supports medical procedures effectively. Key specifications include the delivery of three surgical boom systems and one surgical light, adhering to specific design, installation, and training requirements. The RFP outlines necessary documentation for submission, evaluation criteria, and the importance of offering OEM or authorized products. It emphasizes compliance with federal acquisition regulations and mandates electronic invoicing. The structure includes sections for contract administration, detailed specifications, price schedules, and clauses that reflect legal and operational requirements. Overall, the document underscores the VA's focus on improving healthcare infrastructure while ensuring adherence to federal acquisition standards and promoting small business participation through set-asides for diverse business classifications.
    The Department of Veterans Affairs (VA) plans to solicit offers for surgical boom systems for the Lieutenant Colonel Charles S. Kettles VA Medical Center in Ann Arbor, MI. The solicitation, issued by Network Contracting Office 10, anticipates a firm-fixed price purchase order under FAR Part 13.5, aimed at small businesses with a size standard of 800 employees as defined by NAICS code 339113. The solicitation is expected to be available on or around April 17, 2025, with responses due by May 18, 2025. Offers will be evaluated based on the lowest price, technically acceptable criteria. Interested parties do not need to respond to this pre-solicitation notice, but for inquiries, they should contact Contracting Officer Jeffrey Rozema at the provided email. This notice underscores the VA's commitment to enhancing medical facilities through procurement while adhering to federal contracting protocols.
    The document pertains to an amendment of solicitation number 36C25025Q0466 issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10 for the Battle Creek VA Medical Center. This amendment extends the deadline for submission of offers from June 5, 2025, to June 13, 2025, at 5:00 PM EDT. It also notifies potential vendors of a site visit scheduled for June 6, 2025, at 12:00 PM ET, requiring prior notification to the contracting officer by June 4, 2025. Attendees are required to bring OSHA-approved hard hats due to the active construction site. Contracting Officer Jeffrey P. Rozema signed the amendment to ensure clear communication regarding the changes to solicitation timelines and to facilitate vendor participation in the project, highlighting the VA’s commitment to transparency in their procurement processes. The document codifies essential details for stakeholders in the bidding process and ensures compliance with federal contracting protocols.
    The document serves as an amendment to a solicitation for the Department of Veterans Affairs, specifically addressing changes related to the procurement process for a project at the Battle Creek VA Medical Center. It extends the deadline for submitting offers from June 13, 2025, to June 18, 2025, at 5:00 PM EDT. The amendment also conveys responses to vendor inquiries regarding patient lifts in the rooms, availability of CAD files for specific rooms, and details about the mounting structure for equipment. Notably, the patient lifts are confirmed to be in place, and vendors can request CAD files via email. The document emphasizes the importance of timely acknowledgment of the amendment and clarifies that all other terms remain unchanged. This amendment reflects adherence to procurement regulations and aims to facilitate clear communication and ensure all parties have the necessary information to submit competitive bids. The overall purpose of this amendment is to improve the bidding process and clarify specifications for potential contractors engaging with the VA.
    The document is an amendment to a solicitation issued by the Department of Veteran Affairs, specifically by the Network Contracting Office 10 in Battle Creek, Michigan. The purpose of this amendment is to address vendor inquiries regarding a procurement project, which includes key technical specifications and functionalities for a video routing system. The amendment provides direct answers to questions about the required centralized integration for display control, the necessary specifications for an equipment boom capable of supporting heavy loads and ensuring flexibility in use, and the mounting requirements of ceiling-mounted equipment. This document emphasizes the government's commitment to transparency in the procurement process and highlights the necessity of clear communication with potential contractors to clarify expectations and technical requirements. The responses aim to equip bidders with the information needed to submit compliant proposals for the specified project, ensuring alignment with the agency's operational needs.
    The document outlines the advantages of implementing ceiling lifts in patient care environments to facilitate safe and efficient patient transfers. Key benefits include improved patient mobility, reduced risk of pressure injuries, and enhanced caregiver safety and satisfaction. Evidence indicates that ceiling lifts promote quality care, with an average patient satisfaction rate of 8.5 out of 10 regarding their use. Economic advantages emerge from decreased caregiver workload, with investments typically recouped within 2–6 years due to lower compensation costs and reduced physical strain on staff. Ceiling lifts are presented as essential for modern care facility planning, addressing space and infection control needs. The Maxi Sky® line offers various lift models tailored for diverse patient requirements, emphasizing ease of use, dignity in transfers, and infection prevention. The document targets stakeholders in the healthcare sector, promoting ceiling lifts as a strategic investment for enhancing patient care and caregiver conditions while urging early inclusion in facility design planning.
    The Maxi Sky® 2 series ceiling lift solutions improve patient handling and caregiver safety in healthcare environments. Research shows over 75% of caregivers favor ceiling lifts due to significant reductions in injury and compensation claims; some facilities have seen reductions up to 70%. The Maxi Sky 2 enhances operational efficiency while minimizing healthcare-associated infection (HAI) risks, which cost the U.S. nearly $47 billion annually. Key features include non-porous components for easy cleaning, an intuitive control system, and flexible configurations tailored to facility needs. The system is designed for quick installation and offers numerous accessories for personalized patient transfers. Enhanced charging systems ensure the lifts are always operational, and options like mobile assembly and track systems provide adaptable room coverage. The document emphasizes a philosophy called "The Positive Eight," advocating for enhanced mobility to improve patient outcomes and caregiver satisfaction. By utilizing best practices and proper equipment, caregivers can reduce injuries, support patient independence, and improve the overall quality of care while managing costs effectively. This ceiling lift solution aligns with the goals of government RFPs and grants focused on improving healthcare infrastructure and safety standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    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--Shelving System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a shelving system to be installed in the Urology Storeroom at the James A. Haley VA Hospital in Tampa, Florida. The project aims to replace shelving and storage units that were damaged due to a water leak, requiring the delivery and installation of specific DSI MODUMAX shelving units and related accessories. This procurement is critical for maintaining proper inventory and supply management within the Urology department, ensuring efficient operations in a newly renovated supply room. Interested contractors must adhere to strict compliance requirements, including federal regulations and service-disabled veteran-owned small business provisions, with proposals due by January 5, 2026. For further inquiries, contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Patient Ceiling Lifts
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide 251 patient ceiling lifts for the Malcom Randall VA Medical Center in Gainesville and the Sergeant Ernest I. "Boots" Thomas VA Clinic in Tallahassee, Florida. The procurement includes 235 standard lifts and 16 bariatric lifts, which must meet specific compatibility and performance criteria, including a weight capacity of up to 1,000 lbs for bariatric lifts and a service life of at least 10 years or 22,500 cycles. These lifts are crucial for enhancing patient care and safety within the medical facilities. Interested vendors should note that the RFQ closing date has been extended to December 24, 2025, at 4:30 PM EST, and are encouraged to direct any questions to Contract Specialist Cesar O Sanchez Amaro at Cesar.SanchezAmaro@va.gov.
    5998--BAS-METASYS CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a BAS-Metasys Controller intended for central monitoring at the VA Medical Center in Montgomery, Alabama. This procurement aims to establish central monitoring for airflow validation in Supply Chain Management Operations, particularly within Sterile Processing Service areas, to comply with VHA Directive 1761 and other relevant mandates. The selected vendor will be responsible for supplying six control panel assemblies that integrate with the existing Building Automation System for real-time monitoring of room pressure, without the inclusion of labor or installation services. Interested offerors must submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov by 12 PM Eastern Time on December 24, 2025, to be considered for award, with the solicitation expected to be posted on or before December 10, 2025.
    6515--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.