6515--Powered Standing and Raising Aid
ID: 36C26225Q0793Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals from small businesses for the procurement of powered standing and raising aids, specifically nine units of the SARA Plus with Scale and additional components, for the Northern Arizona VA Health Care System in Prescott, Arizona. The Request for Quotation (RFQ) emphasizes compliance with specific performance and quality standards, requiring suppliers to submit an Authorized Distributor Letter from the original equipment manufacturer to be eligible for consideration. This procurement is part of the government's initiative to enhance accessible and quality care for veterans, with proposals due by April 18, 2025, at 4:00 PM Pacific Time. Interested parties should communicate solely via email with the Contracting Officer, Deronte Reid, at Deronte.reid@va.gov for further inquiries.

    Point(s) of Contact
    Deronte ReidContracting Officer
    Emails Only
    Deronte.reid@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking proposals for supplying powered standing and raising aids through a Request for Quote (RFQ), designated as Solicitation Number 36C26225Q0793. This procurement is specifically set aside for small businesses. The proposal submissions are due by April 18, 2025, at 4:00 PM Pacific Time. The contract will be executed by the Network Contracting Office 22 at their facility in Long Beach, CA, with the resulting services to be performed at the Northern Arizona VA Health Care System in Prescott, AZ. Attached documents provide detailed descriptions of the RFQ, salient characteristics, and required certifications, highlighting the need for small business participation. Interested parties are instructed to communicate solely via email. The solicitation aligns with the federal government's initiative to support small businesses through targeted contract opportunities.
    The document outlines the Offeror Representations and Certifications necessary for federal procurement related to commercial products and services. It specifies that Offerors must complete certain representations based on their submissions in the System for Award Management (SAM). Key definitions are provided, such as "small business concern," "economically disadvantaged women-owned small business," and others relevant to certifications required for government contracts. Furthermore, it mandates certain representations regarding business status, including small businesses, veteran-owned status, and compliance with federal regulations on child labor, environmental standards, and telecommunications equipment. The document emphasizes the necessity of declaring any impending legal or tax issues and ensuring no connections with prohibited practices, particularly regarding Sudan and Iran. Overall, this provision serves to foster transparency and compliance with federal regulations for entities seeking government contracts, ensuring that all Offerors maintain ethical and legal standards while participating in government procurement processes.
    The document is a Request for Quotation (RFQ) issued by the U.S. Department of Veterans Affairs for Powered Standing & Raising Aids required by the Northern Arizona VA Health Care System. This RFQ is limited to small businesses under NAICS Code 339113, which encompasses the supply of medical equipment. The primary goal is to procure nine units of the SARA Plus with Scale and additional components such as seat frames and commode seats, with specific performance and quality standards that must be met. All offers must be submitted electronically by April 18, 2025, with responses demonstrating compliance with salient characteristics outlined in the RFQ. A notable condition is that suppliers must provide an Authorized Distributor Letter from the original equipment manufacturer (OEM) to be eligible for consideration. The contract will be awarded based on the lowest-priced responsive offer that meets all requirements on an “All-or-None” basis. The document outlines detailed clauses of the Federal Acquisition Regulation (FAR) that govern the procurement process, including delivery stipulations requiring all items to be delivered within 60 days after the contract award, including any necessary installation and training. This solicitation underscores the government's ongoing efforts to ensure accessible and quality care for veterans.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    6515--FES Cycling System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a Functional Electrical Stimulation (FES) cycling system, specifically the Myolyn Myocycle V2 Pro Plus or an equivalent product. The procurement aims to identify vendors capable of meeting specific requirements, including at least 10 integrated FES therapy channels, a 10-inch touchscreen controller, an electrode set, a weight capacity of up to 120 kilograms, and an arm crank length of at least 117 millimeters. This equipment is crucial for rehabilitation and therapy for veterans, enhancing their recovery and mobility. Interested vendors must submit their responses, including capabilities statements and pricing information, via email to Nathan Munson at Nathan.Munson@va.gov by December 15, 2025, at 4:00 PM EST.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract term of one base year and four option years, to support the Southern Arizona Healthcare System in Tucson, Arizona. The procurement includes a variety of specialized medical testing supplies essential for blood coagulation testing, with specific brand-name products required, as detailed in the attached documents. Timely delivery and compliance with FDA standards are critical, as these reagents will be used for patient testing in a healthcare setting. Interested vendors must submit their quotations by December 9, 2025, at 12 PM Pacific Time, and can direct inquiries to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs 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 solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Patient Ceiling Lifts
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide 251 patient ceiling lifts for the Malcom Randall VA Medical Center in Gainesville and the Sergeant Ernest I. "Boots" Thomas VA Clinic in Tallahassee, Florida. The procurement includes 235 standard lifts and 16 bariatric lifts, which must meet specific compatibility and performance criteria, including a weight capacity of up to 1,000 lbs for bariatric lifts and a service life of at least 10 years or 22,500 cycles. These lifts are crucial for enhancing patient care and safety within the medical facilities. Interested vendors should note that the RFQ closing date has been extended to December 24, 2025, at 4:30 PM EST, and are encouraged to direct any questions to Contract Specialist Cesar O Sanchez Amaro at Cesar.SanchezAmaro@va.gov.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.