Fluent System & RF Controller Model 10
ID: 36C24824Q0066Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 10, 2023 2:18 PM
  2. 2
    Updated Oct 10, 2023 2:18 PM
  3. 3
    Due Oct 17, 2023 5:00 PM
Description

Solicitation notice from the Department of Veterans Affairs is seeking to procure Fluent System & RF Controller Model 10. This item is typically used in medical facilities, specifically at the C.W. Bill Young Veterans' Hospital in Bay Pines, Florida. The procurement is set aside for small businesses only. Vendors must be registered in the System Award Management database (SAM) and have Veteran Small Business Certification (VetCert). The solicitation allows for vendors to offer a brand name or equal product. All items must be new and not refurbished or recycled. Price quotes should include the Unique Entity Identifier (UEI) Number, VetCert, Small Business Status, an authorized distributor letter, and supporting information for the price submitted. The associated NAICS code for this procurement is 339112 with a small business size standard of 1,000 employees. The solicitation will be available on or about October 10, 2023, and responses are due by October 17, 2023, to Brittany S. Rodriguez at Brittany.Rodriguez7@va.gov.

Point(s) of Contact
Brittany Rodriguez
brittany.rodriguez7@va.gov
Files
Title
Posted
Lifecycle
Title
Type
Solicitation
Similar Opportunities
6515--Hologic Fluent Management System and Omni Hysteroscopy Standard Set and Tray
Active
Veterans Affairs, Department Of
The Veterans Affairs Department is seeking a Hologic Fluent Management System and Omni Hysteroscopy Standard Set and Tray. This procurement is for surgical appliance and supplies manufacturing and falls under the category of medical and surgical instruments, equipment, and supplies. The service/item being procured is used for medical procedures and equipment management in VA medical facilities. The procurement is a combined synopsis/solicitation for commercial products and services. The delivery will take place at VAMC White River Junction in Vermont. Interested companies are required to provide quotations for the specified supplies/services. The award will be based on price, technical acceptance, delivery, and past performance. The deadline for submission is July 29, 2024, at 1:00 pm EST. For more information, contact Kim McCarthy at kim.mccarthy@va.gov.
6515--Brand Name Only, Small Business Set-Aside SONOPET IQ Handpiece
Active
Veterans Affairs, Department Of
Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a small business to provide a Brand Name Only Sonopet iQ Handpiece for the VA SAN FRANCISCO HEALTH CARE SYSTEM SAN FRANCISCO. The handpiece is used for surgical and medical procedures. The solicitation is set-aside for small businesses only and requires vendors to be registered in the System Award Management database (SAM). The handpiece must be new and not refurbished or recycled. The solicitation includes specific requirements for the Sonopet iQ Universal Angled Handpiece. Vendors must be OEM, authorized dealer, authorized distributor, or authorized reseller for participation. Price quotes should include SAM UEI Number, VetCert Verification, Small Business Status, authorized distributor letter, and supporting price information. The NAICS code for this procurement is 339112 Surgical and Medical Instrument Manufacturing. The solicitation will be available on or about July 30, 2024, and responses are due by August 7, 2024, to Joeferson Gawaran at Joeferson.Gawaran@va.gov.
6515--Radar localization System
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) seeks quotes for a firm-fixed-price contract to supply a Radar Localization System for the VA Greater Los Angeles Healthcare System. This procurement has been amended to change the socioeconomic status to unrestricted, ensuring a wider vendor pool can apply. The selected system should accurately localize breast masses without the use of wires and be compatible with various medical imaging technologies, including mammography, computed tomography, ultrasound, and magnetic resonance imaging. The VA requires a brand-name SCOUT Check Radiology System and SCOUT Surgical Guidance System, or equivalents, along with accompanying accessories and a two-year extended warranty. Offerors must adhere to the specified salient characteristics, which include a mandated minimum implantation period of 90 days for the localized device, and provide product details such as make, model, and functionality. Potential suppliers should submit quotes on company letterhead within the tight deadline, including pricing, certifications, and a completed copy of the FAR Clause 52.212-3. The VA will award the contract using the Lowest Price Technically Acceptable (LPTA) evaluation process, ensuring the selected system fulfills the required specifications. Interested parties should email their queries to Emiljan Golemi at Emiljan.Golemi@va.gov by July 8th, 2024, at 4:00 PM PST, referencing solicitation #36C26224Q1428. Quotes must be received by July 10th, 2024, at the same time and location, or they will be deemed non-responsive. For clarification and submission, offerors should refer to the attached SF 1449 Solicitation and associated clauses and provisions.
6515--LX ULTRASOUND SYSTEM
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking offers for a 6515-LX Ultrasound System for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This combined synopsis and solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, governed by the Federal Acquisition Regulations (FAR). The VA requires the delivery and installation of the ultrasound system, along with associated training and support. The system must be new and include specific features and capabilities outlined in the detailed specification document attached to the solicitation. Offerors are expected to carefully review these requirements and ensure their proposals meet all essential criteria. To participate, applicants must be registered as SDVOSBs and meet the eligibility criteria outlined in FAR Part 19.14. The VA encourages small businesses to apply and will provide preference to eligible SDVOSBs. The contract type is anticipated to be a firm-fixed-price, and pricing information should be included in the offer. The solicitation, which contains further details and the required format for offers, is attached to this notice. Offerors must submit their proposals by the deadline specified in the solicitation. The VA will evaluate offers based on the criteria stated therein, with a focus on meeting the specialized requirements and providing the best value to the government. For any clarifications or questions, interested parties should contact the primary point of contact, James Ferro, via email at james.ferro@va.gov or by phone at 202-745-8000. Please note that all pertinent information is contained within the attached documents. Offerors are advised to review these carefully before submitting their proposals.
Medivator PM equipment Service
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) issues a combined synopsis and solicitation for commercial items, seeking quotes from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Medivators PM equipment services. The VA aims to secure annual preventative maintenance, operator training, and remedial services for Medivator ESCs, Advantage Plus systems, and EndoDry cabinets. The contract, with an estimated value of up to $150,000, would run from October 2024 to September 2029. This procurement focuses on ensuring comprehensive maintenance and repair of specific Steris medical equipment used by the Gulf Coast Veterans Healthcare System. The contractor must provide prompt response times, access to necessary parts, and detailed documentation for unscheduled maintenance requests. To comply with this solicitation, SDVOSB contractors must be actively registered in the System for Award Management (SAM) and verified in the SBA's VetCert program. All applications must be submitted by the extended deadline of August 2, 2024. The evaluation of quotes will be based on their ability to meet the specified requirements, with successful applicants demonstrating compliance with numerous statutory and executive order provisions. For clarification or questions, interested parties should contact Kevin D Pollard at kevin.pollard2@va.gov before July 26, 2024.