VA NAC Radiation Therapy Equipment Systems and Accessories
ID: 36H79725R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNAC HIGH TECH CONTRACTING (36H797)HINES, IL, 60141, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). The procurement aims to establish multiple contracts for a range of radiation therapy equipment, including linear accelerators and treatment planning systems, over a base period of five years with an option for an additional five years. This initiative is crucial for enhancing healthcare capabilities for veterans, ensuring they receive advanced medical treatment. Interested vendors must submit their proposals by April 18, 2025, and direct any questions to Contracting Officer Taiye Adebowale at Taiye.Adebowale@va.gov or Leah Boyd at Leah.Boyd2@va.gov by March 24, 2025.

Point(s) of Contact
Taiye AdebowaleContracting Officer
(708) 786-4927
Taiye.Adebowale@va.gov
Files
Title
Posted
Mar 17, 2025, 7:07 PM UTC
The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) for a combined solicitation regarding Radiation Therapy Systems and Accessories. This document outlines a ten-year contract consisting of a five-year base period and a five-year option period, focusing on acquiring radiation therapy equipment and services. Multiple contracts are anticipated, with the primary objective to supply a range of systems including linear accelerators, treatment planning systems, and maintenance services. The solicitation specifies that all proposals must be submitted by April 11, 2025. The contracting officer, Taiye Adebowale, is designated as the point of contact for inquiries, with a deadline for questions set for March 19, 2025. The document details contract administration, obligations regarding product performance, warranty terms, and payment procedures, alongside conditions for pricing justification and maintenance service provisions. The VA emphasizes the need for compliance with federal standards, efficient purchasing protocols, and a commitment to ensuring the quality and operational readiness of the awarded systems. This solicitation underscores the VA's commitment to provide cutting-edge medical technology to enhance healthcare delivery for veterans while ensuring regulatory compliance and safeguarding public investment.
Mar 20, 2025, 3:04 AM UTC
The document is a Combined Synopsis/Solicitation Notice issued by the Department of Veterans Affairs (VA) for Radiation Therapy Equipment Systems and Accessories. It invites proposals for a long-term contract covering a base period of five years, with the option for another five-year period. The procurement aims to acquire a range of radiation therapy equipment, including linear accelerators, treatment planning systems, and maintenance services, primarily for VA and Defense Logistics Agency customers. The solicitation outlines the process for submission, including deadlines for questions and proposals, and provides detailed guidelines on contract administration, pricing, warranties, and acceptance of equipment. Key stipulations include that contractors must offer competitive pricing, maintain equipment availability, and provide necessary training and service during warranty periods. A minimum order value guarantee of $4,000 is established for contractors, and multiple contracts are expected to be awarded. This solicitation highlights the VA's focus on enhancing healthcare capabilities for veterans through reliable and advanced medical equipment, indicating the long-term commitment to quality care and support for military personnel through necessary medical advancements.
The Joint VA/DoD DICOM Conformance Requirements document delineates standards for digital acquisition modalities utilized by the Department of Veterans Affairs (VA) and Department of Defense (DoD). This comprehensive guide, last updated in September 2005, outlines mandatory functionalities necessary for interoperability between diverse imaging equipment and hospital information systems. It emphasizes essential DICOM services such as Modality Worklist Management, Storage, and Verification, which are critical to efficient clinical workflows across various specialties, including radiology and cardiology. The document serves multiple audiences, including government contracting specialists, vendors, and technical staff, ensuring clarity in compliance expectations for imaging systems in usage. It provides a detailed framework regarding the required and optional IHE profiles, along with specific SOP class support for compliance verification. Through ongoing collaboration, the VA and DoD aim to enhance patient care by facilitating the uniform implementation of imaging technologies, addressing past interoperability issues, and adhering to federal eHealth standards. This effort underscores the commitment of both agencies to improve healthcare delivery and operational efficiency within their healthcare systems.
Mar 20, 2025, 3:04 AM UTC
The document serves as a Solicitation Question Matrix for a federal grants and RFP process, specifically addressing inquiries from prospective offerors. Interested parties are instructed to submit their questions to designated contacts, Ms. Taiye Adebowale and Ms. Leah Boyd, by a specified deadline of March 24, 2025, at 12:00 PM CT. Offerors must reference the relevant document, including page numbers and sections, for their questions to be considered. The responses provided by the government will be documented, along with any modifications to the RFQ that arise from these responses. This structure highlights the importance of clear communication and clarification in the procurement process, ensuring that all parties have access to necessary information to participate effectively. The document reflects standard practices within federal and local grant and RFP management, focusing on transparency and collaboration between the government and prospective contractors.
Mar 20, 2025, 3:04 AM UTC
The VA Form 10091, the Vendor File Request Form, is designed to collect essential payment data from various vendors to establish or update their records for electronic payments in accordance with federal regulations. The form requires completion by an "Authorized Representative," signifying the legal authority to submit such information. Vendors must indicate whether they are new or updating existing records, providing necessary details such as Unique Entity Identifier (UEI), tax identification numbers, vendor type, and banking information. Key sections include Payee/Vendor Information, EFT/ACH banking details, and an area for the authorized representative’s certification. Compliance with the System of Awards Management (SAM) is mandatory for new vendors to ensure alignment in data processing. The form emphasizes the importance of accuracy, stating that incorrect information may delay processing. Additionally, it provides contact details for inquiries and outlines the legal implications under U.S. code for fraudulent statements. The completion of this form is pivotal for smooth financial transactions between vendors and the VA, facilitating efficient payment processing through the Automated Clearing House. Overall, the document reflects the VA’s structured approach to vendor management in the federal grant and RFP context.
This document outlines the required Discount & Pricing Information for vendors submitting proposals in response to a federal solicitation. It specifies the necessary details that must be provided, including the vendor's marketing category (manufacturer or dealer), identification of the applicable pricelist, the type of discounts offered, and specific discount rates for various customer classes. Vendors must also disclose any additional discounts or concessions available to other customers and provide a detailed breakdown of pricing for the Most Favored Customer (MFC), Absolute Best Priced Customer (ABPC), and other classifications. Furthermore, the document requests guarantees, installation provisions, shipping terms, and total annual sales information. This comprehensive pricing structure aims to ensure transparency and competitiveness in government procurement, supporting the government’s goal of obtaining the best value for taxpayer money while fostering fairness among vendors.
The Medical Marking Standard No. 1D outlines the marking requirements for contractor/vendor shipments of medical materials, applicable to both military and commercial packaging. It specifies essential elements including identification data, bar codes, destination labels, shelf life, lot numbers, and specific markings for hazardous materials. The document includes a detailed structure divided into sections covering scope, applicable documents, terminology, general requirements, and marking methods. Key points include the necessity for clear and legible markings in English, with requirements for military shipping labels on overseas shipments, and provisions for passive radio frequency identification (pRFID) tagging regulations. Additionally, the standard emphasizes accurate weight listings, preservation methods, handling directives, and compliance with various federal guidelines and standards. The document's purpose is to ensure that medical materials are identified and handled correctly during transportation and storage, maintaining safety and compliance across supply chains. The comprehensive guidance aims to streamline logistics for medical supply operations, reflecting the military's operational and regulatory framework supporting domestic and overseas missions.
The document outlines a modification request for a federal contract identified by the contractor as INPUT VENDOR under Contract #: SPE2D1-20-D-00##. It details the requirements for submitting product change requests, including providing manufacturer and dealer part numbers, pricing details, discount percentages, and comparisons with existing items or invoices. The structure emphasizes components crucial for pricing assessments such as maximum and minimum net prices, commercial customer information, and justifications for product changes or deletions. It instructs on completing various columns such as the comparison of item pricing and rationales for pricing differences. Notably, there are repeated warnings regarding proper procedures for deletions due to embedded formatting conflicts. This document serves to standardize the submission of modifications in compliance with federal contracting processes, ensuring that all pertinent information for evaluation is thoroughly captured and structured appropriately for review. Overall, it reflects the government's need for an organized approach to managing contract modifications and ensuring reasonable price assessments within federal procurement.
Mar 20, 2025, 3:04 AM UTC
This government document outlines the requirements for vendors interested in submitting proposals or quotes related to radiation therapy systems and accessories. It specifies the need for a Primary Point of Contact (POC), who should be authorized to make contractual commitments on behalf of the vendor. The document includes fields for the vendor's name, primary POC details, and the types of radiation therapy modalities they can offer quotes on, such as linear accelerators, brachytherapy systems, and treatment planning systems, among others. It also allows for the inclusion of alternative POCs or additional contacts if necessary. Vendors are prompted to list any other relevant radiation therapy systems or accessories available. By gathering this information, the document aims to streamline the process of obtaining competitive quotes from vendors for various radiation therapy solutions in accordance with government procurement protocols.
The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and <COMPANY/ORGANIZATION> outlines the terms for handling Protected Health Information (PHI) in accordance with HIPAA and HITECH regulations. This agreement establishes that <COMPANY/ORGANIZATION> acts as a Business Associate, utilizing PHI solely for services outlined in their scope. PHI remains the property of the VHA, and any use or disclosure by <COMPANY/ORGANIZATION> must comply with minimum necessary standards set by the VHA. Responsibilities include safeguarding PHI, promptly reporting any breaches, and ensuring subcontractors maintain equivalent protections. The agreement details obligations of both parties, including the return or destruction of PHI upon termination of their relationship. The BAA also emphasizes the importance of compliance with HIPAA rules and mandates regular reviews every two years to ensure adherence. Overall, the document is structured to protect veterans' sensitive information while defining the framework for collaboration between the VA and <COMPANY/ORGANIZATION> in handling health data securely and lawfully.
The document outlines security and privacy requirements for contractors involved with the VA, establishing comprehensive protocols to protect sensitive information and ensure compliance with federal regulations. It mandates that all contract personnel, including subcontractors, are subject to the same security laws as VA employees, specifically regarding the handling, transmission, and storage of VA data. Key stipulations include the requirement for unlimited government rights to data produced, extensive confidentiality measures, and the prohibition of unauthorized use of VA information. Contractors must conduct necessary audits, training, and immediately report any security incidents while adhering to specific VA directives regarding equipment handling and data destruction. It emphasizes the significance of encryption and secure transmission protocols, especially in regards to sensitive information. The document also delineates measures for accessing VA information systems, reinforcement of training requirements, and stringent conditions that must be met regarding specialized devices and data center operations to ensure secure connectivity to VA networks. Overall, this file serves to establish a clear framework for contractors as they engage with VA systems, emphasizing accountability, security, and adherence to established policies under federal grants and RFPs in governmental contracting.
Mar 20, 2025, 3:04 AM UTC
The federal document outlines audit requirements for government contractors with estimated annual sales related to the Department of Veterans Affairs (VA). Contractors with sales over $10 million must undergo a commercial pricing audit by the VA Office of Inspector General (OIG), while those below this threshold may also be audited at the discretion of the Contracting Officer (CO). The primary goal of these audits is to ensure fair pricing by verifying submitted cost and pricing data, including sales practices and discounts. A detailed pre-award review aims to confirm the accuracy of offered pricing and to ensure that government prices are favorable compared to the vendor's best commercial customers. Various required materials, including detailed sales data, financial reconciliations, price lists, and descriptions of pricing policies, are specified to facilitate this process. The document emphasizes the importance of providing comprehensive information for accurate comparative price analysis and compliance with contractual terms.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6525--NEW - Biomed Radiation Testing Equipment
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the purchase of biomedical radiation testing equipment to support the operations of the El Paso VA Health Care System. This equipment is crucial for minimizing downtime in patient care by enabling on-site testing and repair of radiology devices, ensuring accurate dose measurement and compatibility with various modalities. Proposals must be submitted electronically by April 11, 2025, at 10:00 AM CST to Contract Specialist Ognian Ivanov, with adherence to federal regulations and a maximum email size limit of 7MB. Interested parties should refer to the detailed solicitation document for specific requirements and contract line-item numbers.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically for the acquisition of medical imaging equipment under the National Acquisition Center (NAC). This procurement aims to enhance healthcare services for veterans by consolidating equipment purchases across various modalities, including ultrasound and radiographic systems. The selected vendors will be required to meet detailed technical specifications, provide comprehensive training for clinical staff, and ensure compliance with federal security standards. Interested parties must submit their offers by April 14, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
J065--INTENT TO SOLE SOURCE | VARIAN SOFTWARE & HARDWARE SERVICE CONTRACT | VA MARYLAND HEALTH CARE SYSTEM | 04/15/2025 to 04/14/2027 | BASE PLUS OPTION YEARS
Buyer not available
The Department of Veterans Affairs is seeking to award a sole source contract for Varian Software and Hardware Service at the Baltimore VA Medical Center, covering the period from April 15, 2025, to April 14, 2027. The contract will focus on maintaining proprietary Varian systems, including the Aria, Eclipse, DoseLab, Mobius3D software, and the EDGE Linear Accelerator, requiring services such as annual maintenance inspections, software upgrades, on-site support, and technical assistance. This procurement is critical for ensuring the operational integrity and reliability of essential medical equipment used in patient care, and it aims to identify qualified small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of fulfilling these requirements. Interested vendors must respond with their qualifications by contacting Patricia Thai at Patricia.Thai@va.gov, noting that this announcement is for market research purposes only and does not constitute a solicitation.
NX EQ Microwave Therapy Systems: Tissue Ablation
Buyer not available
The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice to identify qualified suppliers for Microwave Tissue Ablation Systems, specifically the Ethicon NEUWAVE® brand or equivalent. This procurement aims to support the Veterans Health Administration's (VHA) requirement for non-expendable medical equipment, which is crucial for effective tissue ablation in healthcare settings. Interested vendors are invited to submit their qualifications, service plans, and technical literature demonstrating compliance with the necessary specifications, with responses due by April 9, 2025. For further inquiries, vendors may contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov.
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.
H365--VA NAC-HTME Acceptance Inspection Services
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for High Tech Medical Equipment (HTME) Acceptance Inspection Services under solicitation number 36H79725R0001. This procurement aims to establish a contract for inspection services that will ensure compliance with federal regulations and manufacturer specifications for various medical imaging devices, including MRI, CT, and PET/CT systems, across VA Medical Centers. The contract will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a one-year base period and four option years, and is set aside exclusively for small businesses with a maximum total value not to exceed $3 million. Interested parties must submit their proposals by April 20, 2025, at 12:00 PM CT, and direct any inquiries to Leah Boyd at Leah.Boyd2@va.gov or Brenda Davis at Brenda.Davis4@va.gov by March 26, 2025.
H358--Radiation Safety Officer Services for the Washington DC VAMC
Buyer not available
The Department of Veterans Affairs is seeking proposals for Radiation Safety Officer (RSO) services at the Washington DC Veterans Affairs Medical Center (VAMC) for a five-month period from May 1 to September 30, 2025. The selected contractor will provide an on-site RSO three days a week, ensuring compliance with NRC regulations and overseeing radiation safety protocols across all medical center departments. This procurement is critical for maintaining safety standards and regulatory compliance within the healthcare facility, emphasizing the importance of qualified personnel in managing radiation safety. Interested parties must submit their offers electronically to Contracting Officer James A. Whisner at james.whisner@va.gov by April 8, 2025, and include relevant company information and evidence of experience in RSO services.
6515--Patient Positioning System
Buyer not available
The Department of Veterans Affairs is seeking quotations for a Patient Positioning System under solicitation number 36C26225Q0735, with a submission deadline of April 7, 2025. The procurement specifically requires brand name or equal products, focusing on the Ultra 360 Patient Positioning System and the Mayfield NeuroGen Adaptor, which are essential for surgical and medical applications. The performance location for this contract will be the VA Southern Arizona Supply Warehouse, and vendors must comply with federal regulations, including electronic invoicing and procurement integrity laws. Interested parties can contact Contract Specialist Hayley Nuno at Hayley.nuno@va.gov or (562) 314-2653 for further details.
Cryosurgical Unit
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a cryosurgical unit, specifically the Erbecryo 2 System, under solicitation number 36C26225Q0758. This opportunity is designated as a Total Small Business Set-Aside and requires vendors to provide equipment that meets stringent technical specifications, including compatibility with existing robotic bronchoscopes and the ability to perform on small airway lesions. The procurement is crucial for enhancing health services within the VA system, emphasizing the importance of small business participation in federal contracting. Interested vendors must submit their proposals electronically by April 9, 2025, and direct any inquiries to Bridgett Sharma at bridgett.sharma@va.gov by April 4, 2025. Compliance with the Buy American Certificate is also required, ensuring that all products are domestic end products unless otherwise specified.