6515--AIO 3x0 Base Plate (OR EQUIVALENT) Cleveland VAMC
ID: 36C25026Q0074Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs, specifically the Cleveland Veterans Affairs Medical Center (VAMC), is seeking sources for AIO 3.0 Base Plate Stereotactic Body Radiation Therapy (SBRT) Immobilization Systems or equivalent, along with associated accessories. This procurement aims to replace outdated equipment, ensuring high-precision immobilization for SBRT and other external beam treatments, while integrating seamlessly with existing CT simulation and Varian TrueBeam systems. The selected systems will enhance patient comfort, improve setup accuracy, and maintain compliance with clinical protocols in advanced radiation oncology treatments. Interested vendors must submit their company information, including a Unique Entity Identifier (UEI) number and capability statement, to Don Caldwell at don.caldwell@va.gov by December 8, 2025, at 17:00 EST, as this is a Sources Sought Notice for planning purposes only.

    Point(s) of Contact
    Don CaldwellContract Specialist
    don.caldwell@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Cleveland VAMC, has issued a Special Notice (36C25026Q0074) seeking sources for AIO 3x0 Base Plate Stereotactic Body Radiation Therapy (SBRT) Immobilization Systems or equivalent, including associated accessories. This is a Sources Sought Notice for information and planning purposes only; no quotes are being accepted at this time. The NAICS code for this procurement is 339112 (Surgical and Medical Instrument Manufacturing) with a small business size standard of 1000 employees. Interested vendors must submit their company information, UEI number, address, point of contact, capability statement, GSA or other contract vehicle details (if applicable), country of manufacture, and business type/socioeconomic status to Don Caldwell (don.caldwell@va.gov) by December 8, 2025, 17:00 EST. Responses will inform a potential future solicitation, for which all interested parties must respond separately and be registered with SAM.gov.
    The VA Northeast Ohio Healthcare System (VANEOHS) Radiation Oncology Department requires two AIO 3.0 Base Plate SBRT Immobilization Systems (or equivalent) with associated accessories. These systems will replace outdated, unsupported equipment no longer compatible with modern radiotherapy. The new platforms will ensure high-precision immobilization for Stereotactic Body Radiation Therapy (SBRT) and other external beam treatments, fully integrating with CT simulation and Varian TrueBeam treatment delivery systems. The procurement aims to standardize workflow, restore access to essential accessories, improve setup accuracy, enhance patient comfort, reduce treatment errors, and maintain compliance with clinical protocols. The contractor must provide the specified systems and accessories, which are crucial for accurate patient positioning in advanced radiation oncology treatments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    J065--Varian Hardware & Software Full-scale PMI for ARIA & Eclipse Systems
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Integrated Service Network (VISN 22), is seeking contractors to provide a service contract for comprehensive support of Linear Accelerator (LINAC) hardware, ARIA and Eclipse software, and the full-scale network system at the VA Greater Los Angeles Healthcare System. This contract aims to ensure the optimal performance and reliability of critical systems that are essential for delivering high-quality radiation oncology treatments to veterans, thereby preventing disruptions in patient care. The contract will consist of a base year with four option years, with the solicitation expected to be issued around December 8, 2025, and proposals due by December 29, 2025, at 5:00 P.M. MST. Interested parties should contact Jamie ElBedawi at jamie.elbedawi@va.gov for further information.
    7A21--Y90 Simplicity Software License
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking qualified sources to provide Simplicity Y-90 Personalized Dosimetry Software under a Sources Sought Notice (36C25726Q0143). This procurement aims to identify potential vendors capable of fulfilling the requirements for a service contract that includes a base year and four option years, with performance taking place at the South Texas Veterans Health Care System in San Antonio, TX. The software is critical for personalized dosimetry in medical applications, emphasizing the importance of accurate and effective treatment planning for patients. Interested businesses must submit their responses, including company details and socio-economic status, by December 10, 2025, at 10:00 am CST via email to Gillian M. Hooge at gillian.hooge@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    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--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    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, as outlined in the Request for Information (RFI) 36C25526Q0095. The procurement aims to identify capabilities for providing state-of-the-art Urology, ENT, gastroscope, and bronchoscope equipment, including advanced features such as AI capabilities and high-performance video filtering, along with necessary ancillary equipment. This initiative is crucial for enhancing medical services within VA Medical Centers, ensuring access to modern medical technology. Interested companies must respond by December 5, 2025, at 3:00 PM (CST), and should provide relevant company information and capabilities via email to Jessica D. Barton at jessica.barton1@va.gov. All respondents must be registered in SAM, and the NAICS code for this acquisition is 532490, with a small business size standard of $40 million.
    DA10--NEUROQUANT SOFTWARE ANNUAL SUBSCRIPTION B+4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual subscription to NeuroQuant Software, or an equivalent product, specifically for the VA Long Beach Healthcare System. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide an FDA-cleared imaging solution for automated brain structure analysis from MRI images, which includes quantitative measurements and technical support. The contract will cover a base year from February 12, 2026, to February 11, 2027, with four additional option years, and requires delivery within 90 days after receipt of order. Interested vendors must submit their written offers and specification sheets via email to Israel Garcia at israel.garcia2@va.gov by December 5, 2025, at 12:00 PM PST, adhering to all VA compliance requirements.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.