RFQ- Stryker TPX Core 2 Console
ID: 36C24925Q0362Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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 Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for the procurement of four Stryker TPX Core 2 Consoles, essential for the James H. Quillen Veterans Affairs Medical Center's surgical operations. This brand-name acquisition is justified due to the unique compatibility of the Stryker equipment with existing surgical tools, ensuring that no alternative brands can fulfill the operational requirements. The procurement aligns with the VA's commitment to providing quality healthcare through effective technology utilization, with a focus on service-disabled veteran-owned small businesses. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Ryan Mick at Ryan.Mick@va.gov or Jeannette Morphew at Jeannette.Morphew@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) issued by the Department of Veterans Affairs for the procurement of a Stryker TPX Core 2 Console. Key details include the effective dates, contact information for inquiries, and submission deadlines. The solicitation is categorized as an unrestricted opportunity, emphasizing a focus on small businesses, particularly those owned by service-disabled veterans. The RFQ specifies that all offers must include a signed certification and meet the stipulations outlined in various Federal Acquisition Regulation (FAR) clauses and Veteran Affairs Acquisition Regulation (VAAR) provisions, ensuring compliance with government standards. Suppliers are required to provide brand name items only, and to confirm they are authorized dealers or manufacturers through appropriate documentation. The pricing and delivery terms emphasize electronic invoicing and a prompt payment policy, with a strong focus on maintaining quality through rights to inspection, acceptance, and provisions against counterfeit goods. The document is structured to guide potential contractors through the bidding process, outlining essential requirements and conditions, thereby reinforcing the VA’s commitment to ensuring high standards in procurement for veteran services.
    The Department of Veterans Affairs (VA) proposes a brand-name acquisition for four Stryker TPX consolidated operating room equipment consoles with the requirement ID 36C249-25-AP-2492. This procurement is justified under FAR regulations, specifically for purchases exceeding the micro-purchase threshold but not surpassing $250,000. The James H. Quillen Veterans Affairs Medical Center requires these consoles to ensure compatibility with existing Stryker surgical tools, which cannot be operated with any other brand. Extensive market research was conducted, confirming that no alternatives are viable for integration with the previously acquired Stryker equipment. The justification emphasizes that the unique compatibility and necessity of the Stryker TPX Console 2 are critical for the facility's surgical operations. This procurement aligns with the VA's commitment to providing quality healthcare through effective technology utilization in its operations.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Stryker Neptune Service and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    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-- 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.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    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.