NX EQ Ophthalmic Perimeters
ID: 36C10G25R0035Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, 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 proposals for the procurement of NX EQ Ophthalmic Perimeters, essential medical devices used for measuring vision fields, which are critical for diagnosing and monitoring conditions such as glaucoma and strokes. This procurement aims to supply VA Medical Centers nationwide, with a contract period that includes one base year and four optional years. The selected vendors will be required to meet specific technical capabilities and performance standards, ensuring integration with the VA's electronic health records and compliance with federal procurement regulations. Interested parties must submit their proposals via email by June 3, 2025, and can contact Alex Beck at Alex.Beck1@VA.gov or Sara Vickroy at Sara.Vickroy@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a Request for Proposal (RFP) for the procurement of various Zeiss medical equipment and services, specifically the Humphrey Field Analyzer 3, including installation, service agreements (basic, advanced, and complete), and initial training. The document details various line item numbers (CLINs), corresponding quantities, unit measures, and specific manufacturer parts. Offerors are required to provide equivalent product information, including manufacturer names and part numbers, and must complete sections highlighted in yellow. Pricing must reflect a total cost for multiple option years, including a service level agreement (SLA) of 3%. The comprehensive pricing structure aims to evaluate proposals on both initial and subsequent year costs, ensuring transparency and competitiveness in the bidding process. The structure emphasizes specificity in item descriptions and anticipated delivery timelines, in line with federal procurement standards.
    The document outlines a Request for Proposal (RFP) from a governmental entity for various products and services related to the Zeiss Humphrey Field Analyzer 3. It includes a detailed list of items required, such as the analyzer itself, installation services, multiple levels of service agreements (Prevent, Advanced, Complete), and initial training. Each item has an associated quantity and unit of measure (UOM) specified for the base year and up to four optional years. Vendors are instructed to fill in highlighted sections with pricing and delivery estimates post-order receipt (ARO). The pricing structure must comply with a 3% Service Level Agreement (SLA). This RFP serves as a formal invitation for vendors to bid on the supplies and services, ensuring they meet the necessary specifications and requirements for the agency's operational needs. The structure emphasizes transparency in vendor responses, tracking estimated quantities, and securing appropriate pricing over multiple years. Ultimately, this RFP facilitates the procurement process to enhance healthcare operational capabilities with specialized optical equipment and support.
    The document outlines a request for proposals (RFP) related to the acquisition of a Humphrey Field Analyzer 3 by Zeiss, including associated installation, training, and service agreements. It lists five contract line item numbers (CLINs) detailing the items: the analyzer itself, installation services, and three levels of service agreements (Prevent, Advanced, and Complete). Each item includes specifications for the unit of measure, estimated quantities for the base year and four optional years, and pricing details, which vendors are required to fill in. Offerors also have the option to propose equivalent products from other manufacturers, necessitating the entry of additional details such as the manufacturer's name and part number. The proposal structure emphasizes the importance of completing highlighted sections and aligns with government procurement processes, requiring detailed price calculations, delivery timelines, and compliance with set specifications. This RFP exemplifies a methodical approach to ensure the procurement of necessary medical equipment while allowing alternatives, thus promoting competition and cost-effectiveness in government spending.
    The document outlines contract administration and invoicing instructions related to a contract with the U.S. Department of Veterans Affairs (VA) for the provision of ophthalmic perimeters. Key personnel are designated, including Contracting Officer Sara Vickroy and Contract Specialist Alex Beck. All invoices must be submitted electronically through the Tungsten network within 30 days of delivery to comply with the Improper Payment Elimination and Recovery Act. Payment requests cannot be submitted via facsimile or e-mail. Terms emphasize the Government's right to evaluate replacement items and to possess exclusive authority over the contract’s provisions. Various administrative duties are assigned to designated Ordering Officers, who must confirm orders, ensuring that fulfillment is only accepted from approved personnel. Delivery instructions and reporting requirements are specified, including monthly and quarterly submission protocols for sales reports. Overall, this document ensures compliance, accountability, and streamlined invoicing processes, reflective of the Government’s commitment to efficient procurement and contract administration. The structured format facilitates easy navigation through different sections, each dedicated to specific administrative tasks or protocols.
    The document outlines contract clauses related to federal procurements, emphasizing compliance with various regulations and terms necessary for contractors working with the Department of Veterans Affairs (VA). It includes mandatory disclosures to the Office of Inspector General and details on Service Level Agreement (SLA) fees, which are integrated into contractor pricing and reported quarterly. Contractors are required to submit quarterly sales reports detailing sales under the contract and remitting collected SLA fees. The document specifies numerous Federal Acquisition Regulation (FAR) clauses and VA Acquisition Regulation (VAAR) clauses that contractors must adhere to, covering topics such as equal opportunity, labor standards, and subcontractor regulations. It highlights the responsibilities for reporting sales and ensures the procurement of new, unaltered materials, prohibiting the provision of gray market or counterfeit items. Overall, the document serves to ensure transparency, compliance with legal standards, and protection against fraud in federal contracting processes.
    The document outlines solicitation provisions for a federal Request for Proposals (RFP) related to telecommunications and video surveillance services. It includes mandatory representations and certifications regarding the offeror's compliance with federal laws, particularly concerning the use of covered telecommunications equipment or services deemed a security risk. The sections detail definitions, prohibitions, procedures for representations, and mandatory disclosures related to past performance and responsibility matters. The RFP emphasizes that offerors must not use prohibited telecommunications equipment and must certify their compliance with various federal tax and criminal conviction requirements. The offeror's proposal must include specific volumes detailing technical capability, past performance, veteran preference, pricing, and all required certifications. A proposal's technical quality is crucial, with offers evaluated based on their alignment with technical specifications, past performance relevance, and pricing efficiency. Additionally, certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) are recognized with preferential consideration. Overall, the RFP seeks to ensure that only responsible and compliant offerors are awarded contracts while promoting compliance with key regulatory and security guidelines.
    The document outlines a detailed inventory and pricing structure related to healthcare services provided by various VA networks across the United States for FY 2025. It lists specific facilities within network regions, such as the VA New England Healthcare System, VA Pittsburgh Healthcare System, and others, indicating contract numbers and item descriptions. The inventory includes numerous line items and salient characteristics, specifying quantities sold, prices inclusive of Service Level Agreements (SLA), and anticipated sales figures. Moreover, it tracks quarterly sales across numerous Veteran Health Care Networks, including totals and service-related costs. The purpose of this document is to facilitate government contracting and grant processes by ensuring accurate tracking of healthcare provisions, item sales, and compliance with federal and state regulations. This inventory is critical for budgetary oversight and resource allocation within the VA system, reflecting a comprehensive approach to managing veteran healthcare services.
    The Department of Veterans Affairs (VA) is soliciting feedback on offerors for a contract related to the procurement of Zeiss® ophthalmic equipment. To evaluate past performance, references provided by offerors must complete a questionnaire assessing key performance areas: quality of service, cost control, timeliness of performance, and business relations. Each category is rated on a scale from "Unsatisfactory" to "Excellent," with space allocated for comments to enrich the assessment. The completed evaluations are to be submitted via email by June 3, 2024. Additionally, the questionnaire seeks details such as contract specifications, potential orders issued, and overall satisfaction regarding the offeror's past performance. This process is crucial for the VA to ensure that contractors meet high standards for service delivery in support of veteran healthcare needs.
    The document outlines the Past Performance Reference required for the solicitation 36C10G25R0035, related to the procurement of NX EQ Ophthalmic Perimeters. It specifies that bidders must provide details of relevant past work as either the offeror or subcontractor, including contract type, awarded price, performance timeline, and contact information for the contracting officer and program manager. A significant aspect of the submission involves describing the work performed in relation to the current solicitation, highlighting any performance issues encountered, resolutions taken, and their outcomes. The section also references the completion of CPARS/PPIRS evaluations, which assess contractor performance based on established criteria. Collectively, this information serves as a basis for evaluating the offeror’s experience and reliability in fulfilling government contracts, ensuring that past performance aligns with the requirements of this solicitation.
    The U.S. Department of Veterans Affairs (VA) has issued a Request for Proposal (RFP) under solicitation number 36C10G25R0035 to procure brand name or equal Ophthalmic Perimeters, which are essential devices used for measuring vision fields crucial for diagnosing and monitoring conditions like glaucoma and strokes. This procurement targets a nationwide delivery to VA Medical Centers, with a contract period encompassing one base year and four optional years. Interested vendors are required to submit proposals for various Ophthalmic Perimeter models, with specific evaluation criteria focused on technical capabilities, design, performance, and quality, ensuring compliance with outlined Salient Characteristics (SC). Key requirements include integration with the VA's electronic health records and warranties. The RFP affirms a commitment to delivering effective tools for veteran patient care, while adherence to federal procurement regulations mandates that all interested parties register in the System for Award Management prior to proposal submission. All proposals must be submitted via email by June 3, 2025, under the specified guidelines to enable a fair evaluation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the manufacturing of national prescription eyeglasses, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract will cover the production of both dress and safety prescription eyeglasses for eligible Veterans across all VA medical centers and outpatient clinics, with a focus on adhering to strict quality control and timely delivery. This procurement is vital for ensuring that Veterans receive necessary eyewear services, enhancing their quality of life and healthcare outcomes. Proposals are due by January 7, 2026, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    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.
    Name Brand or Equal to: Zeiss IOL Master 700 with Total Keratometry License
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a Zeiss IOL Master 700 with Total Keratometry License, intended for use at the Atlanta VA Medical Center. This solicitation aims to replace an end-of-life unit in the Ophthalmology Department, which is critical for conducting cataract surgery eye exams. The successful contractor must provide an authorized distributor letter from the manufacturer along with their quote, and if offering equal products, descriptive literature must be included to demonstrate compatibility with existing systems. Interested vendors should contact Ashley Stewart at ashley.stewart4@va.gov for further details, as this opportunity does not have a set-aside and will evaluate domestic offers with a price preference during the selection process.
    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.
    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.
    6650--Leica Proveo 8x Microscope for East Orange VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure a Leica Proveo 8x Microscope for the East Orange VA Medical Center as part of a Sources Sought Notice aimed at gathering market information. This procurement is intended to provide a backup surgical microscope that aligns with the existing Leica Proveo model currently in use, ensuring compatibility with specialized surgical instruments and features such as real-time optical coherence tomography and Fusion Optics. The microscope is critical for performing ocular surgeries, including cataract and retina procedures, and must be delivered, installed, calibrated, and supported with clinical training within 45 days after receipt of order. Interested contractors are encouraged to submit their company information, including their Unique Entity Identifier (UEI) and a summary of their capabilities, to Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov by 4:00 PM EST on December 29, 2025.
    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--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    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.
    J065--Phoropter Maintenance Service - St. Cloud
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the St. Cloud VA Health Care System in Minnesota, is seeking qualified contractors to provide maintenance services for phoropters, specifically the Reichert Ophthalmic Instruments Model 11636. This presolicitation notice serves as a sources sought notice aimed at gathering information on potential contractors, particularly those with socio-economic classifications such as Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), who are authorized to service the specified equipment. Interested parties must submit their company information, including their SAM Unique Entity ID and capability statement, via email to Contract Specialist James Miller at james.miller4@va.gov by December 26, 2025, at 10:00 AM Central Time. This notice is for market research purposes only and does not constitute a solicitation for offers.