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
    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
    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.
    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.
    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
    6525--Sonosite ST Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, is seeking quotes for the procurement of one Sonosite ST Ultrasound System, along with necessary accessories, for the Manchester VA Medical Center in Manchester, NH. This procurement is a brand-name-only requirement, emphasizing the unique features and compatibility of the Fujifilm SonoSite system with existing equipment, which is crucial for ensuring patient safety and reducing training and maintenance costs. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns must submit their quotes by December 19, 2025, at 10 AM Eastern Time, to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, with delivery expected within 30 days of order receipt.
    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--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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    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--Medicine GI Bravo Recorders
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide ten Bravo CF Recording Systems for the GI/Hepatology Department at the Central Alabama Health Care System. This procurement aims to address equipment shortages due to an increasing patient load, ensuring that the department can effectively manage its operations. The contract will be a single-award, firm-fixed-price delivery/task order with a one-year base period and two one-year options, along with a potential six-month extension for maintenance, training, and installation services. Interested vendors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers to Quincy Alexander at quincy.alexander@va.gov by December 22, 2025, at 12 PM EST to be considered for the award, with preference given to American-made products that meet the specified requirements.
    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.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    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.