Ultrasound System
ID: 36C247_25_AP_2497Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking industry insights regarding the procurement of an Ultrasound System, specifically the Arrow VPS Rhythm DLX Device or equivalent options, for the Birmingham VA Medical Center in Alabama. This Request for Information (RFI) aims to assess market capabilities, particularly from Service-Disabled and Veteran-Owned businesses, to understand potential solutions for enhancing vascular access procedures. The ultrasound system is crucial for improving the efficiency and accuracy of procedures such as peripherally inserted central catheters (PICC) and ultrasound-guided peripheral intravenous placements, emphasizing patient safety and procedural effectiveness. Interested parties are encouraged to submit their capabilities and socio-economic information by April 14, 2025, to Aunjelaca Miller at aunjelaca.miller@va.gov, noting that responses will not result in binding contracts or compensation.

Point(s) of Contact
Aunjelaca Miller
aunjelaca.miller@va.gov
Files
Title
Posted
Apr 9, 2025, 4:06 PM UTC
The Network Contracting Office (NCO) 7, representing the Birmingham VA Medical Center, issues a Request for Information (RFI) to gather insights and capabilities from industry regarding an Ultrasound System, specifically targeting the Arrow VPS Rhythm DLX Device system or equivalent options. This effort aims to assess the market landscape, focusing on Service-Disabled and Veteran-Owned businesses in the local area. The RFI is not a solicitation for proposals but part of market research to understand potential solutions and contractual arrangements. Interested parties are encouraged to review the accompanying technical specifications and respond by April 14, 2025, providing socio-economic information alongside their capabilities. Responses will neither form binding contracts nor be compensated. This notice aims to aid the Government in determining feasible industry capabilities for fulfilling the requirement at the Birmingham VA Medical Center in Alabama, ensuring compliance with relevant laws and regulations throughout the procurement process. Overall, the document emphasizes voluntary participation and is purely for information gathering.
Apr 9, 2025, 4:06 PM UTC
The Arrow VPS Rhythm SLX Device Ultrasound is designed to enhance the efficiency and accuracy of vascular access procedures, specifically for peripherally inserted central catheters (PICC) and ultrasound-guided peripheral intravenous (IV) placements. Key features include real-time catheter tip tracking, allowing visualization of the catheter's direction and location relative to anatomical structures, which significantly reduces the risk of malpositioning and procedural time. The system employs an intuitive interface, electromagnetic navigation, and a catheter-to-vessel ratio tool to support successful placements and minimize complications. Additionally, it offers an alternative to traditional chest X-rays for confirming catheter tip positions through electrocardiogram (ECG) technology. Overall, this portable and user-friendly ultrasound device enhances bedside vascular access procedures, emphasizing safety and procedural effectiveness, tailored for both federal and local healthcare initiatives that aim to optimize patient care.
Apr 9, 2025, 4:06 PM UTC
This document outlines the technical specifications for a medical monitor console and its related components. The monitor console measures 13" x 11" x 2.3" and weighs 7.3 lbs, featuring a smart Li-Ion battery that provides up to three hours of operation on a full charge. It also includes a patient T-piece accessory and an external power supply rated for medical use, able to operate on input voltages of 100-240 VAC. The external power supply delivers 18 VDC and weighs 0.8 lbs. Additionally, a direct thermal printer is specified, measuring 7" x 5.31" x 7.37" and weighing 27.6 ounces, alongside a probe with specific dimensions and cord length. This document is structured to provide precise measurements, weights, and operational details of the medical equipment, which are essential for compliance in federal RFPs and grants that support healthcare technology deployment. The attention to technical detail serves to facilitate procurement processes within government contracts focused on enhancing medical technology infrastructure.
Lifecycle
Title
Type
Ultrasound System
Currently viewing
Sources Sought
Similar Opportunities
36C26225Q0783 ULTRASOUND PROBE CART
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the procurement of ultrasound probe carts under solicitation number 36C26225Q0783. This opportunity specifically seeks brand name or equal products, including the Venue Go R4 Focus Package and associated ultrasound probes, ensuring compliance with detailed technical specifications for operational use. The procurement is crucial for enhancing the VA's healthcare capabilities, emphasizing the importance of high-quality medical equipment in patient care. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals electronically by April 29, 2025, at 4 PM PDT, and can direct inquiries to Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234.
Brand name or equal: point of care ultrasound system
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of a Brand Name or Equal Point of Care Ultrasound System, specifically the Fujifilm Sonosite PX, to enhance medical services at the Philadelphia VA Medical Center. The procurement aims to improve the evaluation and treatment of Veterans, particularly for ultrasound-guided injections, by providing advanced imaging capabilities and ensuring compliance with stringent cybersecurity measures. This initiative underscores the government's commitment to leveraging advanced medical technology to enhance healthcare outcomes for Veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by April 30, 2025, at 4:30 PM EST, and can direct inquiries to Joanne Skaff at joanne.skaff@va.gov.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
Brand Name Only - AccuVein AV500
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking input from vendors for the procurement of eleven AccuVein AV500 units for the Geriatrics Extended Care - Home Based Primary Care Division at the VA Pittsburgh Healthcare System. This requirement emphasizes the need for brand-name products, highlighting the importance of the AccuVein AV500 in enhancing patient care through improved venous access visualization. Interested vendors must be registered in the System for Award Management (SAM) database and comply with eligibility criteria for service-disabled and veteran-owned small businesses, with responses due by April 30, 2025. For inquiries and submissions, interested parties should contact Keri Hester via email, as phone calls are not accepted.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
6525--Transducers : Anesthesiology Intent to Sole Source: SB OEM_Proprietary and Exclusive
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source contract to procure Terason uSmart Linear and Curved Array Ultrasound Transducers for the Togus VA Medical Center in Maine. This procurement, valued at potentially over $250,000, is essential for the Anesthesia Department to enhance postoperative pain management through advanced neural blockade techniques, as the medical center currently operates three ultrasound machines but requires additional transducers for optimal care. The unique compatibility of Terason transducers with existing equipment and their standardization across various VA facilities underscores the critical need for this procurement, which must comply with FDA regulations and be delivered within 45-60 days from order signing. Interested parties can contact Contract Specialist Janice Jones at Janice.Jones@va.gov or by phone at 860-666-6951 ext. 6613 for further information.
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--SHOCKWAVE UNIT 36C252-25-AP-2353
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified Original Equipment Manufacturers (OEMs) or authorized distributors capable of providing a shockwave unit, specifically the Sanuwave Dermapace model DEP0330 or an equivalent product. The VA Great Lakes Health Care System requires a mobile, non-invasive treatment device designed to deliver customizable therapy for chronic diabetic foot ulcers, emphasizing user-friendly technology and comprehensive safety features. This procurement is crucial for enhancing patient care through effective wound healing solutions, and interested vendors must respond by April 29, 2025, to Contracting Specialist Rebecca Picchi at rebecca.picchi@va.gov, ensuring they meet the small business criteria under NAICS code 334510.
6515--RFI: NOI SS Negative Pressure Wound Therapy Device
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding a Request for Information (RFI) for the procurement of negative pressure wound therapy devices, specifically the V.A.C. Ulta Therapy Units, intended for use at the Michael E. DeBakey VA Medical Center in Houston, Texas. The VA plans to award a Sole Source Firm-Fixed Price contract to KCI USA, Inc. for the acquisition of 12 units, based on market research indicating that only KCI USA can fulfill the necessary requirements. This procurement falls under the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, highlighting the critical nature of these medical devices in patient care. Interested vendors are encouraged to submit their qualifications, including business size and status, by the specified deadline, as the government retains the discretion not to pursue competition. For further inquiries, contact Robert (Dustan) Arabie at robert.arabie@va.gov or call 337-244-7254.