W065--Mobile Digital PET/CT Trailer Clement J. Zablocki VAMC (Milwaukee, WI)
ID: 36C25225Q0359Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the leasing of a Mobile Digital PET/CT Trailer to be utilized at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The contract requires the provision of a fully equipped mobile PET/CT system for oncology-related scans, to be operated two days a week over an initial one-year period, with the option for four additional 12-month extensions. This procurement is critical for enhancing diagnostic imaging capabilities for veterans, ensuring compliance with FDA standards and VA regulations, while maintaining a minimum operational uptime of 95%. Interested vendors must submit their quotes electronically to Contracting Officer Stacy Massey by April 11, 2025, at 5:00 PM Eastern Time, and are encouraged to review the detailed requirements and compliance obligations outlined in the associated documents.

Point(s) of Contact
Stacy MasseyContracting Officer
(414) 844-8400
Stacy.Massey@va.gov
Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
The combined synopsis/solicitation notice seeks proposals from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for leasing a mobile digital PET/CT trailer to the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract involves providing a fully equipped mobile PET/CT system for oncology-related scans performed two days a week over a base period of one year, with four optional 12-month extensions. Key requirements include management, maintenance, and operation of the equipment, which must comply with FDA standards and VA regulations. Contractors are expected to provide essential tools, training, and maintain the system’s operational performance at a minimum uptime of 95%. The contractor will be responsible for all delivery, setup, and subsequent operations, with the VA staff handling the imaging procedures. The solicitation outlines the evaluation criteria for bids, which include technical specifications, delivery schedules, contractor experience, and pricing. Proposals must be submitted electronically by April 11, 2025, with a focus on ensuring compliance with federal regulations and maintaining patient care standards throughout the contract duration.
Apr 1, 2025, 5:04 PM UTC
The document details an amendment to a previous combined solicitation for a Mobile Digital PET/CT Trailer for the Milwaukee Veterans Affairs Medical Center (VAMC). It announces that quotes must be submitted to the Contracting Officer, Stacy Massey, by April 11, 2025, at 5:00 PM Eastern Time. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is classified under the Product Service Code W065 and NAICS Code 621512. The contracting office, located at the Department of Veterans Affairs' Network Contracting Office 12 in Milwaukee, WI, is responsible for the procurement process. Interested parties are directed to submit their quotes via email to the specified contact, emphasizing the importance of timely submission. The document is concise, ensuring the essential details for prospective bidders are clearly communicated, reinforcing the government's commitment to supporting veteran-owned businesses. The amendment enhances previous solicitation efforts by providing updated timelines and compliance requirements.
The document outlines Information Security and Privacy language required for contracts with the Department of Veterans Affairs (VA). It emphasizes that contractors and their personnel must adhere to federal laws and VA directives regarding data and system security. Key provisions include the government's right to data generated during the contract, the prohibition of co-mingling VA information with other data, and stringent data protection and encryption protocols. Audits and assessments by the VA are mandated to ensure compliance, and contractors are responsible for reporting security incidents promptly. The document also details training requirements for access to VA information systems, responsibilities for handling sensitive information, and the importance of following regulations concerning medical devices and cybersecurity compliance. Furthermore, it specifies protocols for information system hosting, maintenance, and operation involving contractor facilities. Overall, the document establishes a framework to protect sensitive VA data while outlining contractors' responsibilities to ensure compliance with security standards.
This document serves as an addendum to the Instructions to Offerors for a government solicitation (RFQ) under the NAICS guidelines. Key provisions include the small business size standards, which generally set the threshold at 500 employees, or 150 for specific IT service providers. It outlines the requirements for submitting quotes, emphasizing the need for complete and detailed responses, including technical descriptions, price schedules, and relevant insurance proof. Quoters must ensure their submissions are timely and may submit multiple quotes with varying terms. Criteria for late submissions are defined, including conditions under which late quotes may be accepted. The government retains the discretion to negotiate or award based on best value rather than lowest price, and it may issue multiple purchase orders as needed. The document also emphasizes the importance of providing a Unique Entity Identifier for quotes above the micro-purchase threshold and encourages quoters to refer to various government sources for additional specification documents. Overall, the provision clarifies the expectations for vendors wishing to participate in government contracts, ensuring fair competition and compliance with federal procurement regulations.
The document outlines the evaluation criteria for federal procurement, focusing on a specific solicitation (36C25225Q0359) for commercial products and services. The government seeks quotations that conform to the requirements and offer the best overall value, considering factors such as technical specifications, delivery schedules, contractor capability, veteran involvement, and price. The evaluation process involves comparing quotations to identify the most beneficial offer rather than necessarily the lowest price. Key aspects include: 1. **Technical Compliance**: Detailed descriptions of how products meet specific requirements are essential. 2. **Delivery Schedule**: Clarity on delivery timelines is required. 3. **Contractor Capability**: Assessment of past performance, including adherence to deadlines and client feedback. 4. **Veteran Involvement**: Consideration of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) for additional credit. 5. **Price Evaluation**: Total price calculations will include basic requirements and any additional options. The purpose of the document is to guide potential contractors in understanding how their proposals will be evaluated, ensuring that veteran-owned businesses are encouraged in the bidding process.
The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which establishes subcontracting limitations for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under 38 U.S.C. 8127. It stipulates that contractors must ensure that a specific percentage of the contract value remains with VIP-listed small businesses: 50% for service contracts, 85% for general construction, and 75% for special trade construction. The clause emphasizes the contractor's obligation to comply and provides penalties for non-compliance, including potential criminal penalties and referral for debarment if good faith efforts are not shown. This compliance must be evidenced through available documentation, and failure to cooperate may result in remedial actions. Furthermore, the offeror must submit a completed certification with their proposal to demonstrate compliance with these limitations, which is essential for eligibility in the bidding process. This regulation aims to promote fair contracting opportunities for veteran-owned businesses in government acquisitions.
The document outlines the contract terms and conditions under the Federal Acquisition Regulation (FAR) for commercial products and services as required by statutes or executive orders, effective January 2025. It mandates compliance with various FAR clauses addressing issues like confidentiality agreements, prohibited procurement from specific foreign entities, and requirements for accelerated payments to small business subcontractors. Key provisions include prohibitions against employing debarred contractors, ensuring equal opportunity for veterans, maintaining labor standards, and avoiding specific technology providers linked to security risks. Additionally, it emphasizes small business utilization, particularly those owned by service-disabled veterans. Provisions focus on ethical conduct, protection against trafficking, environmental sustainability, and privacy safeguards. The document's purpose is to enforce legal compliance and ethical standards within federal contracts while promoting small business engagement and safeguarding labor rights. Ultimately, these regulations reflect the federal commitment to transparency, fairness, and security in government contracting, highlighting the intricate balance between regulatory compliance and fostering economic growth through small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HD Flex CystoNephro Videoscope Lease/Service Agreement
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
CBOC Diagnostic X-Ray Service
Buyer not available
The Department of Veterans Affairs is seeking proposals for CBOC Diagnostic X-Ray Services at the Atlanta VA Medical Center located in Decatur, Georgia. The procurement aims to provide stationary digital radiology equipment and staffing with ARRT certified technologists to ensure secure transmission of imaging data across multiple VA Community Based Outpatient Clinics (CBOCs). This contract is crucial for maintaining high-quality imaging services for veterans, adhering to stringent federal regulations and infection control standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their offers by April 28, 2025, at 1:00 PM EDT, and can direct inquiries to Steven Timmons at steven.timmons@va.gov or by phone at 770-279-3403.
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.
6515--CensiMarl Laser Unit
Buyer not available
The Department of Veterans Affairs is preparing to solicit proposals for the CensiMarl Laser Unit Bundle, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). To qualify for consideration, all bidders must be verified SDVOSB vendors and meet or exceed the salient characteristics outlined in the Statement of Work (SOW). This procurement is crucial for enhancing medical capabilities at the VA Medical Center in Dublin, Georgia, ensuring that veteran-owned businesses have the opportunity to contribute to the supply of essential medical equipment. Interested vendors should submit their proposals to Contracting Officer Quincy L. Alexander via email by 12 PM EST on April 28, 2025, with the solicitation expected to be posted on or before April 23, 2025.
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.
Durable Medical Equipment – VISN 15
Buyer not available
The Department of Veterans Affairs is soliciting competitive quotes for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Durable Medical Equipment (DME) services to support Veterans Integrated Service Network (VISN) 15. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide delivery, installation, patient training, maintenance, and repair of government-owned or purchased DME for eligible veteran patients across multiple locations in Kansas and surrounding states. This procurement is crucial for ensuring high-quality healthcare service delivery to veterans, with an estimated contract value of up to $10 million and a minimum guarantee of $10,000. Interested parties must register at www.sam.gov and submit technical questions to the primary contact, Matt Curl, at matthew.curl@va.gov by May 1, 2025, with the ordering period set to commence on October 1, 2025.
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.
Dental X-Ray Generators & Acquisition Sensors
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the acquisition of Dental X-Ray Generators and Acquisition Sensors to serve various medical centers across VISN 5, which includes locations in Washington, DC, Maryland, and West Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the supply of 43 x-ray generators and 98 sensors, along with installation and training services, all adhering to specified technical requirements. The successful contractor will be responsible for ensuring timely delivery and installation, with a completion timeline of one year post-award, and must comply with federal regulations including the submission of a Buy American Certificate and proof of distributor authorization. Proposals are due by April 28, 2025, and interested parties should contact Phillip G Duba at Phillip.Duba@va.gov for further information.
Lease of one (1) 64-128 Computed Tomography (CT) System: Naval Hospital Guantanamo Bay, Cuba
Buyer not available
The Department of Defense, through the Defense Health Agency, is soliciting proposals for the lease of one mobile 64-128 Slice Computed Tomography (CT) System for the Naval Hospital Guantanamo Bay, Cuba. The procurement aims to ensure uninterrupted medical imaging services during a 12-week period when the existing CT unit will be unavailable, requiring the contractor to provide a weatherproof mobile unit, certified personnel for setup, and onsite training for CT technicians. This contract will be awarded as a firm fixed price, consisting of a six-month base period followed by a three-month option period, with proposals due by April 21, 2025. Interested vendors should direct inquiries to Lenore Y. Paseda and Rebecca Brashears via email, ensuring compliance with all specified federal regulations and submission guidelines.
J065--Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services- Greater Los Angeles VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative maintenance, inspection, and repair services for Shimadzu equipment at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing comprehensive maintenance services, including unlimited technical support, on-site response within 48 hours for unresolved issues, and preventive maintenance to ensure the equipment operates at peak performance. This procurement is critical for maintaining the functionality of essential medical equipment, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotes by May 5, 2025, and direct any inquiries to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov.