6515--36C261-25-AP-4224 | 640-25-3-506-0274 | SURGICAL REPLACEMENT RMD SPS LN19
ID: 36C26125Q0778Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Surgical Replacement Reusable Medical Devices (RMD) for the VA Palo Alto Health Care System (VAPAHCS) under solicitation number 36C26125Q0778. This Sources Sought Notice aims to gather market research to identify potential suppliers capable of delivering specific surgical instruments, including suction tubes, forceps, scissors, and retractors, which are critical for various surgical procedures and must meet high standards of durability and precision. Interested parties are invited to submit non-binding statements of interest, including company details and compliance with VA requirements, by August 11, 2025, at 12:00 PM Pacific Time, to the Contract Specialist, David Rovner, at david.rovner@va.gov.

    Point(s) of Contact
    David RovnerContract Specialist
    david.rovner@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 21, issued a Sources Sought Notice for market research to identify capable sources for Surgical Replacement RMD for the VA Palo Alto Health Care System (VAPAHCS). This notice, identified as 36C26125Q0778, is for informational purposes only and is not a solicitation. The VA aims to survey the market to ascertain if sources can provide the requested supplies/services, with a proposed Firm Fixed Price contract. Responses must include company information, point of contact, email, phone number, Unique Entity ID, business size relative to NAICS code 339112 (size standard of 1,000 employees), and compliance with VAAR 852.219-76 for supplies if an SD/VOSB set-aside is determined. Additionally, respondents should indicate if they hold a GSA Federal-Supply-Schedule contract, provide manufacturer details, country of origin, and an Authorized Distributorship Letter if applicable. The response deadline is August 11, 2025, at 12:00 PM Pacific Time.
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice to gather market research on potential suppliers capable of providing Surgical Replacement Reusable Medical Devices for the VA Palo Alto Health Care System. This notice, identified by solicitation number 36C26125Q0778, serves as a preliminary inquiry rather than a solicitation, aiming to identify qualified vendors across various business classifications such as Service-Disabled Veteran Owned Small Business (SD/VOSB) and others under NAICS code 339112. Interested parties are invited to submit non-binding statements of interest, including their company's details, business size, and whether they can comply with VA requirements if a SD/VOSB set-aside is implemented. Responses should be directed to the Contract Specialist, David Rovner, and should include product manufacturing information. The proposed contract will be a Firm Fixed Price arrangement. Further details are available in the attachment detailing salient characteristics of the required devices. The purpose of this notice is to facilitate the acquisition process while ensuring the VA meets its objectives for sourcing medical supplies.
    This government file details salient characteristics for various surgical instruments, specified as "Brand Name or Equal" to Symmetry Surgical products, due to their emergency delivery capability. The listed instruments include the Andrew-Pynchon Suction Tube (11 inches), Schnidt Forceps (10 inches), DeBakey-Liddicoat Forceps (7 3/4 inches), Surgical Obturator (9 inches), Stevens Tenotomy Scissors (7 inches), Love Nerve Root Retractor (8 3/16 inches, 6mm blade), and Vorse Tubing Clamp (7 units, 1/4-inch jaw, 7 1/4 inches). All instruments are made from high-quality stainless steel, designed for durability, corrosion resistance, and precision in various surgical procedures. Key features across these instruments include ergonomic designs, fine tips or serrated jaws for secure handling, and smooth, polished finishes to minimize tissue trauma and facilitate sterilization. Each item is supplied non-sterile but is reusable after proper sterilization, making them cost-effective. The document provides applicable model/make/catalog numbers for each instrument, emphasizing their suitability for delicate and precise surgical applications.
    The document serves as a Brand Name or Equal Worksheet that outlines the salient characteristics of various surgical instruments proposed for procurement under federal grant requirements. It includes detailed specifications for instruments such as the Andrew-Pynchon Suction Tube, Schnidt Forceps, DeBakey-Liddicoat Forceps, Rumel Surgical Obturator, Stevens Tenotomy Scissors, Love Nerve Root Retractor, and Vorse Tubing Clamp. Each instrument entry specifies critical dimensions, materials—primarily high-quality stainless steel—and ergonomic designs to ensure durability, usability, and comfort in surgical settings. A consistent theme throughout is that these items should be supplied in a non-sterile condition, necessitating sterilization prior to use, with a focus on cost-effectiveness due to their reusable nature. The document emphasizes the performance and effectiveness of the instruments for various surgical applications, highlighting their construction quality and functionality, particularly for intricate procedures. Overall, it aims to provide necessary criteria to facilitate the acquisition of essential surgical tools that meet stringent standards for health care settings, aligning with the criteria for government RFPs.
    This government file details several surgical instruments, specifying "Symmetry or Equal" as the preferred brand due to emergency delivery capabilities. The instruments include the Andrew-Pynchon Suction Tube (11 inches), Schnidt Forceps (7-9 inches), DeBakey-Liddicoat Forceps (7 3/4 inches), Surgical Obturator (9 inches), Stevens Tenotomy Scissors (7 inches), Love Nerve Root Retractor (8 3/16 inches with a 6mm blade), and Vorse Tubing Clamp (7 units, 7 1/4 inches with 1/4 inch jaw). All are made from high-quality stainless steel, designed for durability, precision, and reusability after sterilization, offering cost-effectiveness. Each instrument has specific design features for its intended surgical use, ranging from precise suction and tissue manipulation to delicate cutting and nerve retraction. Symmetry Surgical is consistently noted as the manufacturer for these non-sterile, high-quality tools.
    Lifecycle
    Similar Opportunities
    6515--NEW Custom Surgical Packs STX Base+ 4 IDIQ
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking potential sources for the provision of custom surgical packs tailored for the South Texas Veterans Health Care System's surgery department. These surgical packs are designed to meet the specific needs of surgeons in operating rooms, ensuring that they are equipped to effectively treat veterans. This procurement is crucial for maintaining high standards of care within the surgical services provided to veterans. Interested vendors must respond to the Sources Sought Notice (36C25726Q0157) by December 12, 2025, at 12:00 PM CST, via email to Janice Malbon at janice.malbon@va.gov, including relevant company information and capabilities.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    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--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Buyer not available
    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.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) 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 combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6520--691-Dental Instrumentation Kits
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified vendors to provide Dental Instrumentation Kits, including Hygiene, Restorative, Endo, Endo Spreader, and Assorted Instrument Kits, for the VA Greater Los Angeles Healthcare System. These kits are essential for assisting surgeons in performing dental procedures aimed at restoring knee operations for patients. This procurement is a firm-fixed price, short-term contract, and responses to the sources sought notice are due by December 11, 2025, at 10:00 AM Pacific Time. Interested vendors should contact Contracting Officer Jonathan C. Ford via email at Jonathan.Ford1@va.gov for further information and must comply with the Non-Manufacturer Rule and Buy American Act requirements.
    MED-SURGE Provox # 8262 - Chelmsford CMOP -
    Buyer not available
    The Department of Veterans Affairs is seeking vendors capable of supplying the Provox 8262 Heat & Moisture Exchanger to the Consolidated Mail Outpatient Pharmacy (CMOP) in Chelmsford, Massachusetts. This Sources Sought Notice aims to gather market research information to identify potential suppliers who can meet specific requirements outlined in the Statement of Requirements, including compliance with delivery terms, barcoding standards, and product authenticity. The Provox 8262 is a critical medical device used in patient care, emphasizing the importance of reliable supply and adherence to regulatory standards. Interested companies must submit their capability statements and relevant documentation to Jennifer L. Knight at jennifer.knight@va.gov by December 11, 2025, at 10:00 AM Central Time, as this notice does not constitute a solicitation for quotes or a contract award.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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--Supplies - Orthotics - VISN 10 Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.