6525--Equipment, NON-INVASIVE VASCULAR SYSTEMS, BATTLE CREEK
ID: 36C25025Q0802Type: Combined Synopsis/Solicitation
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

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for the procurement of Non-Invasive Vascular Systems at the Battle Creek Veterans Affairs Medical Center (VAMC). This solicitation, identified as RFQ 36C25025Q0802, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to provide detailed quotations that include pricing, product specifications, and a letter from the original equipment manufacturer. The equipment sought includes the FLO-LAB MODEL 2100 SX-2 or an equivalent, which is crucial for medical imaging and diagnostics in healthcare settings. Interested vendors must submit their quotes by 4 PM Eastern Time on August 7, 2025, to the designated contact, Brooke Hansen, at brooke.hansen@va.gov, ensuring compliance with all solicitation requirements, including the submission of the VAAR 852.219-76 certification.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a modification notice for a previous solicitation, 36C25025Q0802, issued by the Department of Veteran Affairs, Network Contracting Office 10, located in Battle Creek, MI. The solicitation is for "Equipment, NON-INVASIVE VASCULAR SYSTEMS" and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The response deadline is August 7, 2025, at 4 PM Eastern Time. A key requirement for all quotes is the completion and return of VAAR 852.219-76, "VA NOTICE OF LIMITATIONS ON SUBCONTRACTING--CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS," which is attached to the notice. Failure to submit this form will result in the rejection of the quote. The point of contact for this solicitation is Contract Specialist Brooke Hansen, via email at brooke.hansen@va.gov; phone inquiries will not be accepted.
    The Department of Veterans Affairs (VA) has issued a solicitation notice for the procurement of Non-Invasive Vascular Systems at Battle Creek VAMC. This Request for Quotation (RFQ), identified by solicitation number 36C25025Q0802, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires registration in the SBA Small Business Database. The procurement falls under the NAICS code 339112 and involves the purchase of the FLO-LAB MODEL 2100 SX-2 or an equivalent system, which is to include specific features and warranties. Interested vendors must submit detailed quotations including price, product specifications, and a letter from the original equipment manufacturer. The award will be based on the lowest price acceptable under the Simplified Acquisition Procedures of FAR 13, emphasizing terms that are agreeable for inclusion without modifications. Quotes should be sent via email to the provided contact, with a submission deadline of August 7, 2025. Any inquiries should also be directed to the contract specialist, Brooke Hansen, via email, as phone inquiries are not permissible. This solicitation underscores the government's commitment to supporting veteran-owned businesses while fulfilling healthcare equipment needs.
    VAAR 852.219-76 outlines subcontracting limitations and certification requirements for VA contracts involving supplies and products, pursuant to 38 U.S.C. 8127(l)(2). Offerors must certify compliance, either as a manufacturer or nonmanufacturer, with specific conditions. Manufacturers must produce the end item in the U.S., while nonmanufacturers must meet criteria such as employee limits, primary engagement in retail/wholesale trade, and taking ownership of items. The clause stipulates that for supplies or products, no more than 50% of the government-paid amount can go to non-certified SDVOSBs/VOSBs. Exceptions apply for non-manufacturers supplying domestic small business products, unless waived. False certifications can lead to severe penalties, including criminal prosecution. Contractors must provide documentation to verify compliance, and failure to do so may result in remedial action. The certification must be submitted with the offer for it to be considered for award.
    The Combined Synopsis-Solicitation for Commercial Products and Services for the Battle Creek VAMC focuses on acquiring a Non-Invasive Vascular System. The document outlines various federal acquisition regulations (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses pertinent to the contract. Key provisions include contract terms and conditions, dispute resolution, inspection and acceptance procedures, and payment instructions. Contractors must submit invoices that comply with the Prompt Payment Act and maintain a Commercial and Government Entity (CAGE) code throughout the contract's duration. The contract is subject to multiple compliance requirements, including labor standards, equal opportunity regulations, and specific provisions related to subcontracting. The solicitation encourages alternative offers and emphasizes the necessity of detailed technical descriptions and past performance records. The Government intends to evaluate offers based on established criteria without discussions, aiming for efficiency in the procurement process while ensuring adherence to relevant legal frameworks. This synopsis solicits contractors to align their products and services with the needs of the Department of Veterans Affairs, showcasing a commitment to quality and compliance.
    The Battle Creek VAMC is soliciting bids for two Non-Invasive Vascular Systems intended for its Radiology Service due to an increase in vascular ultrasound requests. The specifications include the acquisition of computerized vascular systems capable of executing various assessments for both lower and upper extremities, equipped with necessary Doppler and plethysmography functions. Warranty terms call for six months on specific components, alongside a 24-month mail-back warranty for parts and labor. Other requirements encompass features like a mobile unit with a touchscreen monitor, compatibility with existing EHR systems, and a provision for on-site training for staff. Delivery will occur at the VA warehouse in Battle Creek, Michigan, with no additional space or utility alterations needed for installation. The document underscores the importance of these systems in improving vascular health services at the facility while detailing the technical and operational needs for prospective vendors. This RFP is part of the federal government's ongoing commitment to enhance healthcare delivery through updated medical equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    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.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) 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 combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--PHOTHERAPY BOOTH
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24726Q0148) to identify potential vendors capable of supplying a Brand Name or Equal PHOTHERA 4800 PRO MAX phototherapy booth. The procurement aims to gather information on qualified sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other businesses, in relation to the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, which has a size standard of 1,000 employees. This phototherapy device is critical for providing effective treatment, requiring specific features such as dimensions that accommodate wheelchair access, at least 48 high-density UV lamps, patient-controlled fans, and an advanced control system with a touchscreen interface. Interested vendors must submit their responses by December 12, 2025, at 09:00 AM Eastern Time, via email to Darius Crane at darius.crane@va.gov, including necessary company information and details regarding their business size and capabilities.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    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.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Buyer not available
    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.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Buyer not available
    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.