6515--OMNI HYSTEROSCOPY STANDARD SETS BRAND NAME ONLY
ID: 36C24625Q0975Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the supply of Hologic Omni Hysteroscopes and Instrument Trays, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to acquire two Hologic Omni Hysteroscopes for use in the Operating Room, ensuring compatibility with the existing Hologic Fluent Management System at the Hampton VA Medical Center, thereby enhancing operational efficiency and patient care. Offerors must comply with federal regulations, including the Buy American Certificate, and submit their proposals via email by the deadline of August 7, 2025, at 9:00 AM EDT, with inquiries directed to Contract Specialist Kenneca B Crump at Kenneca.Crump@va.gov.

    Point(s) of Contact
    Kenneca B CrumpContract Specialist
    Kenneca.Crump@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the supply of Hologic Omni Hysteroscopes and Instrument Trays, explicitly set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The RFP details administrative processes including submission requirements, contact information, and a due date of August 7, 2025, at 9:00 AM EDT. Offerors must provide documentation proving distributorship, lead times for their items, and comply with the Buy American Certificate. The contract specifies a firm-fixed-price (FFP) arrangement and includes several federal acquisition regulations and clauses governing commercial product acquisitions. The solicitation focuses on ensuring compliance with small business regulations, emphasizing domestic sourcing of supplied goods. Offerors are instructed to submit their proposals via email to the designated contact, ensuring clarity in communication and adherence to the outlined procurement procedures, which underline the government’s commitment to integrating veteran-owned businesses into federal contracting opportunities.
    The Presolicitation Notice is issued by the Department of Veterans Affairs for the procurement of OMNI HYSTEROSCOPY STANDARD SETS, designated as "brand name only." This solicitation (number 36C24625Q0975) is categorized under NAICS code 334510, focusing on Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,000 employees. The request is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The place of performance is the Hampton VA Medical Center in Hampton, VA. Responses are due by 9:00 AM Eastern Time on August 7, 2025. The document adheres to the format set forth in Federal Acquisition Regulation subpart 12.6 and includes provisions and clauses effective through the latest Federal Acquisition Circular. For additional information, interested parties can contact Kenneca Crump, the Contract Specialist, at the provided email. This notice is part of the federal government's necessary procedural steps for acquiring commercial items, emphasizing the VA's commitment to supporting small businesses owned by veterans.
    The Buy American Certificate provision (E.2 52.225-2) outlines the requirements for offerors submitting proposals under federal government RFPs. The provision mandates that offerors certify that each end product is a domestic product, except for those specified in the exclusion section. Offerors must identify foreign end products made in the U.S. that do not meet domestic criteria, and for those that don’t consist predominantly of iron or steel, indicate if they exceed 55% domestic content. Key definitions regarding terms such as "commercially available off-the-shelf (COTS) item" and "critical component" are provided for clarity. The document further requests a detailed listing of domestic end products containing critical components and outlines that the government will evaluate offers following the Federal Acquisition Regulation (FAR) part 25 policies. This clause aims to promote American manufacturing and ensure that federal procurement supports domestic industries while adhering to legal standards for evaluating proposals. The structured nature of the provision, with sections dedicated to foreign and domestic categories, facilitates clear compliance for offerors in the submission process.
    This document outlines a Single Source Justification for an acquisition by the Department of Veterans Affairs related to the Hampton VA Medical Center. The procurement seeks to acquire two Hologic Omni Hysteroscopes for use in the Operating Room, estimated to cost $17,830. The justification for choosing a single source stems from the specific compatibility of these scopes with the existing Hologic Fluent Management System at the facility. Alternative devices would necessitate replacing the entire FMS, resulting in significant costs and delays in patient care. Market research indicated that the necessary equipment was previously available under a mandatory contract, which has since expired, but there are currently at least two eligible Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that could fulfill the requirement under the VA Rule of Two. The Contracting Officer certifies the justification aligns with applicable Federal Acquisition Regulation (FAR) guidelines. Overall, the document serves to legitimize the single-source purchasing decision based on technical compatibility and operational efficiency, demonstrating adherence to procurement regulations and safeguards for patient care delivery.
    The document outlines the VA’s limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that an offeror must certify compliance with specific conditions regarding subcontracting, particularly that no more than 50% of government contract payments may go to firms that are not VIP-listed SDVOSBs or VOSBs when contracting for supplies or products. It distinguishes between manufacturers and nonmanufacturers, with nonmanufacturers required to source products from domestic small business manufacturers unless granted a waiver. The offeror acknowledges that false claims can lead to penalties and agrees to provide necessary documentation for compliance verification. The requirements stress the importance of supporting small businesses while ensuring transparency and accountability in federal contracting. Failure to comply may lead to sanctions from the VA or additional legal actions. The certification must be completed and submitted as part of the bidding process, with non-compliant offers deemed ineligible for award consideration. This framework promotes the participation of small businesses in government contracting while maintaining compliance with federal regulations.
    Similar Opportunities
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    Request for Information Scope Lease
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for leasing and maintaining various medical scopes and supporting equipment through a Request for Information (RFI). The procurement aims to assess the commercial market's capability to provide advanced medical equipment, including urology, ENT, gastro, and bronchoscopes, along with necessary supporting devices such as monitors and laser systems, all of which must meet the latest technological standards and compatibility requirements for sterilization processes at VA facilities within VISN 15. This initiative is crucial for enhancing medical services provided to veterans, ensuring access to state-of-the-art medical technology. Interested vendors must submit their responses, limited to five pages, by 3:00 PM (CST) on December 8, 2025, via email to Jessica D. Barton at jessica.barton1@va.gov, and must be registered in SAM to be eligible for future contract awards.
    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--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) 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 combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6540--Biometer Optometry
    Buyer not available
    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.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.