6515--Endoscope Kit, mounting hardware and cart drying system 36C252-25-AP-3202
ID: 36C25225Q0578Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 quotes for the procurement of an endoscope drying kit and associated equipment, specifically aimed at enhancing medical services for veterans. The requirement includes a Dri-Scope Aid, Jet-Cart Drying System, and installation and training services, with specifications emphasizing simultaneous drying capabilities for two scopes and advanced safety features. This procurement is set aside for small businesses, and interested parties must submit their quotations by July 28, 2025, at 10:00 AM Central Time, to the Contract Specialist, Rebecca Picchi, at rebecca.picchi@va.gov. The evaluation will consider technical quality, veterans' involvement, price, and speed of delivery, ensuring a competitive selection process.

    Point(s) of Contact
    rebecca.picchi@va.govRebecca Picchi
    (414) 844-4800
    rebecca.picchi@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for the purchase of an endoscope drying kit and associated equipment, outlined in solicitation number 36C25225Q0578. This request is set aside for small businesses and aims to acquire specific items including a Dri-Scope Aid and Jet-Cart Drying System, along with installation and training services. Key specifications for the drying kit include simultaneous drying capability for two scopes, a 99.97% HEPA filter, constant air delivery through endoscope channels, and safety features such as an automatic shut-off and visual alerts. Bidders must adhere to various federal acquisition regulations and include documentation verifying their status as authorized dealers. Quotes will be evaluated based on technical quality, veterans' involvement, price, and speed of delivery. The deadline for submission is July 28, 2025, at 10:00 AM Central Time. This notice represents a streamlined procurement process to enhance the quality of medical instruments used in veteran healthcare.
    The document provides tailored guidance under FAR 52.212-1 for submitting quotes on federal contracts related to commercial products and services. It specifies the process for quote submission, emphasizing requirements such as adherence to the NAICS code, inclusion of crucial details (e.g., technical description, pricing, and certifications), and the necessity for quotes to be firm for 30 days. The document outlines the submission format, evaluation criteria, and possibilities of multiple quotes for alternative line items. It notes the importance of timely submissions, addressing late quotes, and the potential for multiple awards based on the government’s needs. Additionally, it clarifies the requirement for a Unique Entity Identifier (UEI) for qualifying bidders and points out that unsuccessful quoters will not be notified of the outcome but can seek information on awarded contracts. Overall, this instruction document aims to ensure clarity and compliance in the offeror process for federal acquisitions, particularly under simplified acquisition procedures.
    This document outlines the evaluation criteria for government quotations under the specified solicitation tailored for commercial products and services. The principal aim is to establish a purchase order with the responsible quoter whose submission offers the most advantageous terms, taking into account price and other evaluation factors. The four main evaluation factors are: technical quality, veterans' involvement, price, and speed of delivery. Each quotation must meet minimum requirements detailed in the solicitation. The technical quality will assess how well the quotation meets or exceeds the government's specifications. The involvement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) is recognized with additional evaluation credit, provided these entities are registered in the VIP database. Price will be calculated by summing all line-item costs, while the delivery component considers the speed of fulfillment. The government retains the right to select a quotation that is not the lowest price but potentially offers greater overall benefits, making this evaluation process competitive and focused on delivering value to the government.
    The VAAR 852.219-76 outlines the limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It stipulates that no more than 50% of the contract amount paid by the government can go to firms not listed as VIP-status SDVOSBs or VOSBs. The document details requirements for contractors regarding the sourcing of supplies, emphasizing that if they are non-manufacturers, they must supply products from domestic small business manufacturers unless a waiver is granted. Contractors are required to certify their status as either manufacturers or non-manufacturers, confirming they meet specific criteria related to size and ownership of the products supplied. The document also outlines compliance checks and the need for contractors to provide documentation for review. Violations of the certification or not acting in good faith can lead to severe consequences, including fines and potential legal actions. The summary underscores the VA's commitment to supporting veteran businesses while ensuring compliance with established regulations within the government contracting process.
    The "Buy American Certificate" (OCT 2022) outlines requirements for Offerors in federal acquisitions to certify the domestic status of products. Offerors must affirm that all end products, except those specified as exceptions, are domestic and include critical components. Additionally, products produced in the U.S. but not qualifying as domestic must be identified as foreign, with details on their domestic content percentage unless they are commercially available off-the-shelf (COTS) items. The document specifies the need to list line items for both foreign and domestic products and emphasizes adherence to the acquisition policies in the Federal Acquisition Regulation (FAR) Part 25. This certificate fosters compliance with domestic sourcing regulations in government procurements, central to maintaining U.S. manufacturing and economic interests.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    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.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    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--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.