W065--GE OEC 9900 Workstation Rental
ID: 36C24124Q0010Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
  1. 1
    Posted Oct 5, 2023 1:30 PM
  2. 2
    Updated Oct 5, 2023 1:30 PM
  3. 3
    Due Oct 12, 2023 2:00 PM
Description

Sources Sought VETERANS AFFAIRS, DEPARTMENT OF W065

The VETERANS AFFAIRS, DEPARTMENT OF is seeking a rental service for a GE OEC 9900 Workstation. This equipment is a mobile C-Arm Fluoro system used for Operating Room imaging needs at the West Haven VA Medical Center in Connecticut. The current c-arm system is 10 years old and has been experiencing system failures. The contractor will be responsible for delivering and installing the mobile OEC 9900 c-arm with the vascular package. The rental period is expected to be a minimum of 6 months, with a 30-day notice for return. The contractor must provide all necessary equipment, supplies, and expertise. The VA staff will operate the equipment, and it must be available 24/7. The procurement is requested to be sole sourced to Pursuit Medical Imaging / OEC as a vendor due to the urgent nature of the situation and the need for staff familiarity with the operating system. The rental of this equipment is crucial for the VA Connecticut Healthcare System to continue providing timely fluoro images to clinicians and veterans.

Point(s) of Contact
Divianna MathurinContract Speicalist
(914) 325-3258
divianna.mathurin@va.gov
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
6525--561-24-3-602-0411|36C242-24-AP-3370|Toms River Project Dental Cone Beam Brand Name or Equal
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) is sourcing for a Dental Cone Beam system, a specialized piece of dental imaging equipment, for its Toms River VA Medical Center and Clinic. This advanced radiographic system must capture extraoral images and provide a comprehensive examination, focusing on implantology, oral surgery, and prosthetics. The VA seeks a cutting-edge solution that meets stringent specifications. Key requirements include the ability to capture 3D imaging with low radiation dosage, upgradeable software with specialized licenses, and a retractable patient seat. The successful vendor will be responsible for supplying, delivering, installing, and training staff on the equipment, ensuring it is fully functional. Additionally, the vendor will provide a 5-year parts warranty and 2 years of labor coverage, along with adhering to security protocols for patient data protection. This procurement emphasizes the need for timely delivery, installation, and invoice settlement through electronic funds transfer. Vendors must submit their quotes electronically, detailing supplies, services, and prices, and ensuring they meet the specified deadlines. The VA encourages qualified vendors to respond to this solicitation, with further inquiries directed to the Contract Specialist, Ryan S Seburn, at Ryan.Seburn@va.gov.
W065--NOTICE OF INTENT TO AWARD A SOLE SOURCE Roseburg VAMC GI Sc
Active
Veterans Affairs, Department Of
Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole source contract for GI endoscopy equipment to Olympus America, Inc. The equipment includes video gastroscope, colonoscope, fiber scopes, 4K UHD units, processors, bonchoscopes, ultrasonic probes, ureteroscopes, laser systems, light sources, video processor, and ultrasound processor. This lease is intended for several Surgical Specialties at Roseburg VA Medical Center. The NAICS Code for this requirement is 334510, with a large business size standard of 1250 Employees. All responsible sources may submit a capability statement, proposal, or quotation for consideration. Responses should be submitted to Gregory Watson, Contract Specialist at Gregory.watson2@va.gov by 6A.M. PST on August 2, 2024.
J065--Intent to Sole Source Abbott Optis and Coroflow Service Plan
Active
Veterans Affairs, Department Of
Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole-source contract for the procurement of full-service support for the OPTIS Mobile Next and CoroFlow Cardiovascular systems located at the VA Connecticut Healthcare System. These systems are used to provide better insights and optimize patient outcomes in cath labs and advance vascular care for the veteran population. The contract will include emergency service, repairs, preventative and corrective maintenance, labor, travel, unlimited parts, technical support, and software updates. Interested parties must provide clear and convincing evidence that competition will be advantageous to the Government. Contact Manases Cabrera, Contracting Specialist, for more information.
6515--Hologic Fluent Management System and Omni Hysteroscopy Standard Set and Tray
Active
Veterans Affairs, Department Of
The Veterans Affairs Department is seeking a Hologic Fluent Management System and Omni Hysteroscopy Standard Set and Tray. This procurement is for surgical appliance and supplies manufacturing and falls under the category of medical and surgical instruments, equipment, and supplies. The service/item being procured is used for medical procedures and equipment management in VA medical facilities. The procurement is a combined synopsis/solicitation for commercial products and services. The delivery will take place at VAMC White River Junction in Vermont. Interested companies are required to provide quotations for the specified supplies/services. The award will be based on price, technical acceptance, delivery, and past performance. The deadline for submission is July 29, 2024, at 1:00 pm EST. For more information, contact Kim McCarthy at kim.mccarthy@va.gov.
6515--LX ULTRASOUND SYSTEM
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking offers for a 6515-LX Ultrasound System for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This combined synopsis and solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, governed by the Federal Acquisition Regulations (FAR). The VA requires the delivery and installation of the ultrasound system, along with associated training and support. The system must be new and include specific features and capabilities outlined in the detailed specification document attached to the solicitation. Offerors are expected to carefully review these requirements and ensure their proposals meet all essential criteria. To participate, applicants must be registered as SDVOSBs and meet the eligibility criteria outlined in FAR Part 19.14. The VA encourages small businesses to apply and will provide preference to eligible SDVOSBs. The contract type is anticipated to be a firm-fixed-price, and pricing information should be included in the offer. The solicitation, which contains further details and the required format for offers, is attached to this notice. Offerors must submit their proposals by the deadline specified in the solicitation. The VA will evaluate offers based on the criteria stated therein, with a focus on meeting the specialized requirements and providing the best value to the government. For any clarifications or questions, interested parties should contact the primary point of contact, James Ferro, via email at james.ferro@va.gov or by phone at 202-745-8000. Please note that all pertinent information is contained within the attached documents. Offerors are advised to review these carefully before submitting their proposals.