6515--NX EQ Powered Air Purifying Respirators
ID: 36C10G25Q0059Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

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 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is soliciting quotes for Powered Air Purifying Respirators (PAPRs) under solicitation number 36C10G25Q0059, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance respiratory safety for clinicians across VA Medical Centers nationwide, requiring products that meet specific performance standards, including an eight-hour battery run time and NIOSH approval. Interested vendors must submit their quotes and any questions by the specified deadlines, with the contract structured as a single Requirements contract for a base period of 12 months and four optional extension periods. For further inquiries, potential offerors can contact Contract Specialist Anthony Zibolski at Anthony.Zibolski@va.gov or by phone at 240-215-0598.

Point(s) of Contact
Anthony ZibolskiContract Specialist
(240) 215-0598
Anthony.Zibolski@va.gov
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The U.S. Department of Veterans Affairs has issued Amendment 1 to Solicitation Number 36C10G25Q0059 for Powered Air Purifying Respirators (PAPRs). This amendment revises solicitation documents according to federal regulations and executive orders aimed at addressing discrimination and updating terminology. The requirement is part of the Veterans Health Administration's initiative to procure PAPRs for patient care across VA Medical Centers nationwide. The solicitation is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC) and follows a structured process including a Request for Quote (RFQ) format. Interested vendors are required to submit quotes by the specified deadline and must reference various attached documents for comprehensive submission guidelines. The contract consists of a 12-month base period with optional extensions, with delivery terms prioritizing direct shipment to specified locations. Key provisions aligned with the acquisition regulations and specifics for contractor eligibility and evaluation are detailed for compliance. This procurement demonstrates the VA's commitment to ensuring high-quality equipment availability while enhancing opportunities for veteran-owned businesses.
Apr 10, 2025, 6:06 PM UTC
The U.S. Department of Veterans Affairs is soliciting quotes for Powered Air-Purifying Respirators (PAPRs) to be used in VA Medical Centers nationwide, as detailed in solicitation number 36C10G25Q0059. This request is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC) and follows the Federal Acquisition Regulation (FAR) guidelines. The order will be structured as a single Requirements contract with a base period and four optional extension periods, delivered as Firm-Fixed Price Orders. Interested suppliers must adhere to specifications outlined in multiple attachments, including detailed product descriptions, price schedules, and other compliance documents. Key deadlines include submitting quotes and questions by specified dates, with late submissions potentially disregarded. The document includes clauses and requirements that suppliers must meet, reflecting the commitment to detailed compliance and performance standards in government contracting. This solicitation represents a vital procurement effort aimed at enhancing healthcare capabilities within the Veterans Health Administration.
Apr 10, 2025, 6:06 PM UTC
The document outlines a Request for Proposal (RFP) for various products related to personal protective equipment (PPE), specifically from 3M. The main items listed include the 3M™ Versaflo™ Easy Clean PAPR Kit (part TR-300N+ECK), a versatile backpack (part TR-927), and a high-capacity spare battery (part TR-332). Each item has designated quantities for both the base year and up to four option years, indicating a structured procurement approach over a multi-year timeline. Vendors are required to fill in specified highlighted sections about manufacturer details and delivery timelines (ARO - After Receipt of Order), with explicit instructions for submitting equivalent products, if applicable. Prices are to be submitted for each option year, alongside total evaluated prices, including a 3% Service Level Agreement (SLA) adjustment. This RFP exemplifies the federal government's procurement process for maintaining safety standards through the acquisition of vital protective equipment while facilitating vendor competitiveness and compliance with federal regulations.
Apr 10, 2025, 6:06 PM UTC
This document outlines the contract administration and invoicing instructions for a procurement contract related to Powered Air Purifying Respirators (PAPR) under the U.S. Department of Veterans Affairs (VA). Key personnel include the Contracting Officer, Anthony Zibolski, and various points of contact whose details are to be determined. The contractor is required to submit invoices electronically within 30 days of delivery, in compliance with the Improper Payment Elimination and Recovery Act. The document emphasizes that electronic invoicing is mandatory, utilizing the VA’s third-party partner, Tungsten Network. It details reporting requirements, stipulating both monthly and quarterly sales reports using provided templates. The contract stipulates the terms of obligation for both the government and the contractor, highlighting there is no guaranteed volume of purchases. Additional points include guidelines for product refresh or removal, order limitations, and address specifics for delivery, inspection, and acceptance procedures. Overall, this contract aims to ensure efficient procurement, financial reporting, and compliance with regulations, while maintaining an uninterrupted supply of respirators and related accessories for the VA's usage.
Apr 10, 2025, 6:06 PM UTC
The document outlines contract clauses relevant to federal procurement, particularly for commercial products and services, as specified in the Federal Acquisition Regulation (FAR). It emphasizes mandatory written disclosures to the Department of Veterans Affairs (VA) and includes specific clauses regarding the Service Level Agreement (SLA) that governs fee structures and sales reporting for contractors. These clauses require contractors to embed SLA fees in their pricing and submit quarterly sales reports, along with remittances, to ensure transparency and compliance. Key clauses also address liquidated damages for delays in service delivery, ordering procedures for supplies, order limitations, and contract durations, including extension options. The document stresses the importance of adherence to regulations regarding contracts awarded to service-disabled veteran-owned small businesses (SDVOSB), enforcing limitations on subcontracting and compliance certifications for eligibility. Furthermore, various federal clauses are incorporated by reference, necessitating compliance with laws and executive orders related to business ethics, labor standards, and national security. The outlined structure provides a comprehensive framework for managing the contractual obligations between the government and contractors, ensuring accountability and legal adherence in procurement processes.
This document serves as an addendum to FAR 52.212-1 for a federal Request for Proposal (RFP) related to the procurement of Powered Air Purifying Respirators (PAPR). It outlines specific instructions and provisions for potential offerors, including guidelines on providing feedback through a voluntary survey, representing telecommunications and surveillance services, and adhering to the Federal Acquisition Supply Chain Security Act orders. Key submission instructions include deadlines for questions and quote submissions, as well as requirements for technical, past performance, and pricing documentation. Offerors must provide descriptive literature and demonstrate compliance with salient characteristics for their proposed products, including details about cleaning, maintenance, and delivery. Volumes for document submissions must be distinctly categorized with strict adherence to formatting requirements. The evaluation criteria prioritize technical acceptability over past performance and price, emphasizing the need for a comprehensive understanding of the solicitation's requirements. Award decisions will be based on the best overall value and may not always favor the lowest bid. The document establishes a framework for transparency, fairness, and accountability in the procurement process, reflecting the complexities of government contracting.
This document details the federal contracting and acquisition data for various Veterans Affairs (VA) healthcare facilities across the United States, spanning numerous networks such as the VA New England Healthcare System and the VA Heartland Network. It outlines contractor information, contract numbers, individual line items (CLIN/SLIN), facility descriptions, and quantities of items sold. The report categorizes healthcare facilities by network, listing locations from Togus, ME, to San Juan, PR, while providing insights into pricing and quantities sold for each item. Additionally, it includes figures relevant to the anticipated Service Level Agreement (SLA) and total sales amounts, reflecting a zero quantity sold for multiple line items. This data serves to track acquisition metrics and sales performance within the context of government RFPs, grants, and local procurement strategies, ensuring transparency and accountability in the expenditure of federal resources allocated to veteran healthcare services. Overall, it provides a comprehensive overview of VA healthcare contracting operations for fiscal year 2025, facilitating oversight and planning efforts.
The document is a Past Performance Questionnaire for the Department of Veterans Affairs (VA) regarding the solicitation for Powered Air-purifying Respirators (Solicitation No. 36C10G25Q0059). It requests references from quoters, limited to three references from the past three years, to assess their past performance on related contracts. The questionnaire includes sections for the reference's contact details, contract details, and evaluation of the quoter in various categories: Quality of Service, Cost Control, Timeliness of Performance, and Business Relations. Each category is rated from 1 (Unsatisfactory) to 3 (Excellent), with space for comments to provide additional insights. The overall aim is to gauge the quoter's reliability, performance efficiency, and cooperation in fulfilling contract requirements. The VA's evaluation process emphasizes fair assessment and comprehensive feedback from references, improving decision-making in awarding contracts. This document underscores the importance of past performance in federal procurement, reinforcing the VA's commitment to obtaining quality services for veterans.
The document pertains to the solicitation for NX EQ Powered Air-purifying Respirators, specifically under solicitation number 36C10G25Q0059. It outlines the requirements for past performance references from potential quoters, including details such as the nature of work performed, relationships to the quoting entity, contract specifics, and performance evaluations. Each reference is expected to provide a concise description of the work's relevance to the current solicitation, highlight any performance issues encountered, corrective actions taken, and outcomes achieved. Additionally, the references should include information regarding the Contracting Officer and Program Manager contacts, and confirmation of the completion of the Contractor Performance Assessment Reporting System (CPARS) for each past performance reference. The document emphasizes the importance of demonstrating relevant experience and addressing any performance concerns to qualify effectively for the solicitation.
The provided document appears to be a structured questionnaire related to federal and local government Requests for Proposals (RFPs) and grants, addressing various queries that stakeholders may have regarding the solicitation process. However, the content lacks specific questions and answers, suggesting that it may serve as a template or framework for collecting input relevant to RFPs. The primary focus of this file is on clarifying details about proposals, encompassing eligibility criteria, submission guidelines, and evaluation metrics. Without concrete data, stakeholders and governmental entities could use this template to communicate their inquiries, ensuring that all aspects of the proposal process are carefully considered. This document exemplifies the procedural approach required in government contracting and is essential for maintaining transparency and compliance with federal guidelines. While it does not present specific insights or findings, the structure suggests its utility in standardizing questions relevant to a variety of federal projects and funding opportunities, thus fostering effective communication in the solicitation process.
Apr 10, 2025, 6:06 PM UTC
The Department of Veterans Affairs (VA) has issued an RFP for the procurement of Powered Air Purifying Respirators (PAPRs), specifically the 3M® Versaflo Easy Clean PAPR Kit TR-300N+ ECK 1 or equivalent. This equipment is integral for ensuring respiratory safety for clinicians across VA medical centers. The contract intends to span a base period of 12 months with four additional option years. Vendors are required to provide products that meet specified salient characteristics, such as an eight-hour battery run time, system alarms for low battery and filter load, and NIOSH approval for respiratory systems. Additionally, the offered respirators must include head and face coverage through a hood. The procurement process will follow the FAR clause 52.211-6, necessitating vendors to supply detailed descriptions and literature for any equal products they propose. The document emphasizes the VA's commitment to equipping healthcare professionals with essential safety gear tailored to their operational needs. This initiative aligns with federal standards and underscores the VA's dedication to clinician safety and effective patient care.
The document is a certification form required by the federal government for vendors quoting on a solicitation related to Powered Air Purifying Respirators (RFP solicitation number 36C10G25Q0059). Vendors must complete the certification by providing their Company Unique Entity Identifier (UEI) and confirm that the proposed medical equipment has no outstanding recalls, safety issues, and complies with all relevant regulations and standards. The vendor's authorized representative must sign the form to affirm these declarations, acknowledging that any false information could lead to disqualification from the solicitation process and potential penalties. This certification process ensures that the federal agency engages with reliable suppliers who meet safety and compliance standards in medical equipment, reinforcing accountability and trust in the procurement process.
Apr 10, 2025, 6:06 PM UTC
The document is an amendment to a solicitation from the U.S. Department of Veterans Affairs (VA), specifically from the OPAL Strategic Acquisition Center. This amendment, labeled as Amendment 1, revises the original solicitation due to deviations from the Federal Acquisition Regulation (FAR), particularly in response to Executive Orders 14173 and 14168. The main changes include revisions to specific contract clauses and provisions, which are tracked in the accompanying documentation. Furthermore, a disclaimer is included regarding potential discrepancies between system updates and policy updates, noting that entities must still comply with certain requirements in the System for Award Management (SAM) that may not correlate with the current solicitation. This amendment requires acknowledgment from bidders before the specified deadline to remain compliant with the bidding process. The document underscores the ongoing adjustments needed in federal contracting processes, reflecting the VA's commitment to adhere to updated regulatory frameworks.
Apr 10, 2025, 5:05 PM UTC
The document outlines a request for proposals (RFP) related to the procurement of personal protective equipment (PPE) from 3M. It includes specific items such as the 3M™ Versaflo™ Easy Clean PAPR Kit and the 3M™ Versaflo™ Easy Clean Backpack, along with a high-capacity battery. Vendors are required to complete highlighted sections pertaining to their responses, including manufacturer names, part numbers, and proposed prices for various quantities across multiple option years. The file emphasizes that proposals must align with technical requirements laid out in preceding sections, ensuring compliance with federal guidelines. Details such as estimated quantities for base and optional years, delivery timelines, and total pricing (including a 3% service level agreement) are also specified as essential for proposal evaluation. The overarching goal is to solicit competitive bids to fulfill necessary equipment needs while adhering to federal procurement standards.
This document outlines the contract administration and invoicing instructions for a nationwide Requirements Contract concerning the procurement of Powered Air Purifying Respirators (PAPR) for the U.S. Department of Veterans Affairs (VA). It designates key personnel, including the Contracting Officer, and outlines the protocol for electronic invoice submissions per the Improper Payment Elimination and Recovery Act of 2010. Contractors must submit invoices electronically within 30 days of delivery and provide monthly and quarterly sales reports. Key terms include obligations for product supply, potential replacement items, purchasers' role limitations, and mandatory delivery ticket information. The contractor must also communicate any product recalls promptly. The document emphasizes the importance of following established procedures to ensure compliance with government policies and effective contract execution. This summary encapsulates the essential instructions and requirements set forth for contractors engaged in supplying respirators to the VA, showcasing the government's systematic approach to procurement management under federal regulations.
This document serves as an addendum to the Federal Acquisition Regulation (FAR) 52.212-4, detailing essential contract clauses that apply to government contracts, particularly for the Department of Veterans Affairs (VA). It outlines mandatory written disclosures, including electronic reporting requirements for sales and SLA (Service Level Agreement) fees, which are to be embedded in contract prices. Key clauses regarding liquidated damages, ordering procedures, order limitations, and requirements for service-disabled veteran-owned small businesses (SDVOSBs) are also included. The document emphasizes compliance with federal laws and regulations, requiring contractors to provide necessary documentation and maintain accurate sales reporting practices. Furthermore, it stipulates specific conditions for SDVOSB eligibility and clarifies limitations on subcontracting. The inclusion of various FAR clauses and VA acquisition regulations aims to ensure accountability, transparency, and the proper execution of contracted services or supplies essential for government operations. Overall, this addendum highlights critical requirements for contractors engaging with the VA, reinforcing the commitment to adhering to federal guidelines while promoting small business participation and protecting government interests.
The document outlines contract clauses applicable to government contracts, specifically tailored for commercial products and services under the Federal Acquisition Regulation (FAR). A significant requirement includes mandatory written disclosures to the VA Office of Inspector General, enabling transparency and accountability. The document defines a Service Level Agreement (SLA) with a 3% fee that must be incorporated into contractor pricing, ensuring compliance through quarterly sales reporting to the Supply Acquisition Center (SAC). Key clauses cover liquidated damages for missed deadlines, ordering procedures for supplies and services, and limits on subcontracting to ensure participation by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The document emphasizes the importance of maintaining compliance with federal regulations and outlines consequences for non-compliance, including financial repercussions and potential debarment. Additionally, it mandates adherence to executive orders related to labor standards and ethical conduct. Overall, the document serves as a comprehensive guide for contractors engaging with the VA, ensuring that services, fees, and regulatory obligations are clear and manageable, thereby fostering a compliant contracting environment.
The document outlines instructions and provisions for a government solicitation relating to the procurement of Powered Air Purifying Respirators (PAPRs) under FAR 52.212-1. It includes addenda for feedback on acquisition processes, telecommunications service representation compliance, and security act order disclosures, emphasizing contractor responsibility and qualifications. Quoters must submit their proposals through designated email addresses, adhering to strict formatting and submission guidelines, including separate volumes for technical acceptability, past performance, price, and certifications. Key evaluation criteria include meeting salient characteristics, historical performance, technical solutions proposed, and pricing structures, with a focus on providing the best value to the government. The document stresses the importance of meeting all requirements without exception, with a particular emphasis on technical acceptability being the most critical factor for consideration. Overall, this document serves as a comprehensive guide for contractors seeking to respond to a government Request for Proposal (RFP) while ensuring compliance with federal acquisition regulations.
The provided document is an addendum to FAR 52.212-1, detailing instructions for offerors responding to a solicitation for commercial products and services, specifically regarding the provision and procurement of Powered Air Purifying Respirators (PAPR). It includes essential elements such as feedback mechanisms via the Acquisition 360 survey and requirements for verified representations related to telecommunications equipment, federal acquisition supply chain security, and responsibility matters. Quoters must submit their responses in a structured format, including sales and compliance documentation. The proposal consists of four volumes: Technical Acceptability, Past Performance, Pricing, and Offer/Representations. Key evaluation factors emphasize technical acceptability, relevant past performance, and price, with the technical aspect being the most critical for competitive assessment. Quoters are encouraged to present their best solutions and pricing upfront, with strict adherence to deadlines for submission. In conclusion, the document serves as a guide for contractors seeking to supply the Department of Veterans Affairs, emphasizing compliance with safety and operational requirements while promoting best value for the government.
The document outlines a detailed inventory of procurement items associated with various Veterans Affairs (VA) healthcare networks across the United States for FY 2025. It includes contractor information, contract numbers, and line item descriptions, categorized by geographic regions and specific healthcare facilities. Each facility is linked to the VA Health Care Network it falls under, ranging from New England to the West Coast. The total quantity sold per item, along with pricing details, is rehearsed, though the data indicates minimal sales activity so far, with quantities sold frequently noted as zero. The structure systematically lists the facilities and related clinical item numbers, emphasizing the organization of VA services by location and a focus on federal procurement processes. Additionally, the document denotes anticipated Service Level Agreements (SLA) and final sales amounts, crucial for assessing contract fulfillment and fiscal performance. Overall, it serves as a comprehensive reference for managing contracts and tracking sales within the VA healthcare framework.
The document presents the Past Performance Questionnaire for solicitation number 36C10G25Q0059 from the Department of Veterans Affairs (VA), focused on the procurement of powered air-purifying respirators. It outlines the requirements for quoters to provide up to three references detailing their past performance over the last three years. Each reference must complete sections including organization details, contract specifics, and a brief description of services provided. Quoters will be evaluated based on four categories: Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, each rated on a scale from 1 (Unsatisfactory) to 3 (Excellent). Comment areas are provided for references to give additional insights into the quoter's performance. The questionnaire aims to gather objective evaluations of the quoter from previous clients to assist in assessing their capabilities and reliability for the contract. The process underscores the VA's commitment to ensuring that potential contractors meet high standards before awarding contracts. Instructions for returning the completed questionnaire are also included, emphasizing the importance of accurate performance assessments in government contracting.
The document outlines the requirements for submitting past performance references related to a government solicitation for NX EQ Powered Air-purifying Respirators (Solicitation: 36C10G25Q0059). Contractors must provide detailed information for up to three past performance references, including the name of the quoting company, relationship to the contractor, contract details, financials, delivery timelines, and key personnel contacts. For each reference, a concise explanation of the work performed in relation to the solicitation requirements must be provided, along with a discussion of any performance issues encountered and corrective actions taken, referencing any related CPARS (Contractor Performance Assessment Reporting System) reports. This structured approach ensures that evaluators can assess the contractor's experience and past performance effectively, which is crucial for the decision-making process in government contracts. The document emphasizes the importance of proving relevant experience to meet the criteria set by the solicitation.
The document appears to comprise a list of questions and responses related to a solicitation for government projects, specifically within the contexts of federal grants and RFPs. Although the specific questions and answers are not provided, the structured format suggests an inquiry process aimed at clarifying project requirements, eligibility criteria, or application processes tied to various federal or state/local initiatives. The purpose of such documents typically centers around ensuring transparency and enhancing understanding for potential bidders on government contracts, thereby fostering competitive and compliant proposals. Each question likely addresses specific elements of the solicitation, aiming to provide clarity on funding opportunities, project scopes, deadlines, and submission guidelines. In summary, this document serves as an essential resource for organizations seeking to navigate government funding opportunities and effectively participate in the competitive bidding process while ensuring that they meet all necessary guidelines and expectations outlined in the solicitations.
Apr 10, 2025, 5:05 PM UTC
The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) for the procurement of Powered Air Purifying Respirators (PAPRs), specifically the 3M® Versaflo Easy Clean PAPR Kit TR-300N+ ECK 1 or equivalent products. The goal is to establish a national single Requirements contract to provide respiratory protection for VA clinicians across various medical facilities. The contract will span an initial 12-month period with four optional extensions. Vendors responding to the RFP must detail how their products meet specific salient characteristics, including an 8-hour minimum battery run time, alarms for low battery and filter load, and NIOSH-approved respiratory systems. The characteristics also require head and face coverage provided by a hood. Vendors can propose different solutions that conform to these requirements and are encouraged to include additional beneficial products in their pricing. This procurement is governed under Federal Acquisition Regulation (FAR) clause 52.211-6, allowing the consideration of products deemed “equal” to the listed brand name. The emphasis is on ensuring quality and safety standards are met in respiratory protection devices used by VA personnel, thus underlining the VA’s commitment to safeguarding the health of its staff while providing essential healthcare services.
The document outlines the "Certification of Recall or Safety Issues" required for quotes submitted in response to solicitation number 36C10G25Q0059, which pertains to Powered Air Purifying Respirators. Quoters must complete all sections of the certification form, ensuring it is signed by an authorized representative of the bidding company. The certification states that the medical equipment does not have outstanding recalls, known safety issues, and that it complies with all applicable regulations and standards. Additionally, it confirms that the equipment has been thoroughly checked for compliance with safety and performance standards. Failure to provide accurate information may lead to disqualification and legal penalties, emphasizing the seriousness of compliance. The document is structured as a formal certification form, which anchors it firmly within the federal procurement process, ensuring that providers meet specific safety and regulatory criteria before supplying medical equipment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
VISN 16 Medical Gases - Tiered Evaluation
Buyer not available
The Department of Veterans Affairs is seeking quotes for the procurement of medical gases for its Veterans Integrated Service Network (VISN) 16 facilities. This tiered solicitation is open to all business sizes and socioeconomic categories, with a priority given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), followed by other veteran-owned and small businesses, and finally large businesses. The medical gases are essential for healthcare services provided to veterans, ensuring compliance with federal regulations and maintaining operational effectiveness within the VA system. Interested vendors must submit their quotes by May 1, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles Morin, at charles.morin@va.gov, with a total contract ceiling of $6,975,000 over a five-year period.
42--FACEPIECE,BREATHING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of facepieces for breathing apparatuses, specifically NSN 4240015678173, with a total quantity of 105 units required for delivery. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is categorized under the NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing. The facepieces are critical for ensuring safety and protection in various operational environments, underscoring their importance in military and emergency response applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation accessible through the DLA's online platform.
10--VENTILATOR ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Ventilator Assemblies, specifically NSN 1015011744187, under a total small business set-aside. The requirement includes a quantity of four units to be delivered to DLA Distribution within 256 days after order placement. These ventilators are critical for military operations, ensuring the health and safety of personnel in various environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
42--BREATHING APPARATUS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatuses, specifically NSN 4220016752761, with a total quantity of 450 units required for delivery to DLA Distribution San Joaquin. This procurement is critical for ensuring the safety and operational readiness of military personnel, as breathing apparatuses are essential for various emergency and rescue operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be made within the specified timeline. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
42--CARTRIDGE,FILTER,AI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 152 units of the Cartridge, Filter, AI (NSN 4240010840921). This solicitation is part of a total small business set-aside and aims to acquire essential air purification equipment, which plays a critical role in ensuring safety and environmental protection in various operational settings. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quotes is set for 331 days after the award date, and further details can be accessed through the DLA's solicitation portal.
6830 - Medical Gas and Cylinder Rental - VA Palo Alto - Sources Sought
Buyer not available
The Department of Veterans Affairs (VA) is seeking contractors to provide medical gases and cylinder rentals for the VA Palo Alto Health Care System (VAPAHCS) as part of a Sources Sought notice issued by the Network Contracting Office 21. The procurement aims to identify capable suppliers who can meet specific requirements for various medical gases, including oxygen and carbon dioxide, along with cylinder delivery services, while ensuring compliance with FDA regulations and safety standards. This initiative is crucial for maintaining the quality and safety of healthcare services provided to veterans. Interested firms must submit their qualifications and relevant information by May 1, 2025, and can direct inquiries to Derek L. Brown at Derek.Brown7@va.gov or by phone at 650-849-1904.
42--FACEPIECE,BREATHING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of facepieces for breathing apparatus, specifically NSN 4240015678150, with a total quantity of 97 units required for delivery. This procurement is critical for ensuring the safety and operational readiness of personnel in environments requiring respiratory protection. The solicitation is a Total Small Business Set-Aside, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
Ride-On Tile Scraper
Buyer not available
The Department of Veterans Affairs is soliciting quotes for a Ride-On Tile Scraper, identified by solicitation number 36C25925Q0384, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to acquire an electric or battery-powered floor scraper that meets performance specifications, including a production capacity of at least 3,000 square feet per hour and a zero-turn radius, to enhance operational efficiency in VA facilities. This initiative underscores the VA's commitment to providing high-quality, environmentally safe equipment while supporting veteran-owned businesses. Interested applicants must submit their quotes via email by 3:00 PM MST on May 5, 2025, and can reach the primary contact, Christopher Delauro, at christopher.delauro@va.gov or by phone at 303-712-5737 for further inquiries.
Vyntus One PFT System with Bicycle Ergometer (Brand Name or Equal) - Travis AFB, CA
Buyer not available
The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking quotes for the procurement of a Vyntus One Pulmonary Function Testing (PFT) System with a Bicycle Ergometer, or an equivalent system. This requirement aims to enhance the capabilities of the Pulmonary Function Department by providing advanced diagnostic tools for comprehensive pulmonary evaluations, including spirometry and real-time diffusion capacity testing, while ensuring accessibility for patients with disabilities. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is governed by the NAICS code 339112 for Surgical and Medical Instrument Manufacturing. Interested offerors must submit their proposals by May 5, 2025, at 12:00 PM PDT, and can direct inquiries to SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil.