6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
ID: 36C10G26Q0004Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

    The Department of Veterans Affairs (VA) is soliciting proposals for Clitoral Therapy Devices (CTD) under solicitation number 36C10G26Q0004, with a maximum contract value of $6,373,844.00. The procurement aims to standardize and supply these medical devices, which are essential for therapeutic purposes within the Veterans Health Administration, ensuring they meet specific FDA requirements and technical specifications. Contractors are expected to provide an uninterrupted supply of devices, handle anticipated order volumes of 10-20 devices per day, and comply with various reporting and invoicing requirements, including a 3% Service Level Agreement (SLA) fee. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details and clarification.

    Point(s) of Contact
    Jessica L AbramsContract Specialist
    Jessica.Abrams@va.gov
    Files
    Title
    Posted
    Amendment 36C10G26Q0004 0001 modifies a solicitation for Clitoral Therapy Devices (CTD) for the U.S. Department of Veterans Affairs. Key changes include removing the "Patient Unique Identifier," setting a maximum aggregate contract value of $6,373,844.00, and updating Minimum Technical Requirements (MTRs) 6, 7, and 8. The amendment also clarifies pricing for the 3% Service Level Agreement (SLA) Fee and details requirements for a physical evaluation, mandating the submission of two automatic and two manual CTD samples with associated manuals for virtual technical evaluation. It outlines contract administration, invoicing, product refresh, recall procedures, information security, and delivery requirements, emphasizing FDA approval for devices and proper safeguarding of PHI and PII. The document specifies a one-year base period with four option years and details performance metrics for contractors, including quarterly sales reports and SLA payments.
    The Department of Veterans Affairs (VA) Strategic Acquisition Center is issuing a presolicitation notice for a Request for Quote (RFQ) for Clitoral Therapy Devices (CTD). This procurement, under Solicitation Number 36C10G26Q0004, will be a total small business set-aside with NAICS Code 339113 and Product Service Code 6515. The VA intends to issue the RFQ to SAM around mid-November 2025, with an anticipated five-year ordering period consisting of a one-year base and four one-year option periods. No telephone or email inquiries are being accepted at this time.
    The U.S. Department of Veterans Affairs (VA) seeks proposals for Clitoral Therapy Devices (CTD) and accessories to standardize products and reduce costs within the Veterans Health Administration (VHA). This indefinite-quantity (IDIQ) contract, with a one-year base period and four one-year options, requires FDA-approved devices meeting specific technical requirements, including two removable cups, extension tubing, AAA batteries, a carrying case, visual instructions in English and Spanish, and a one-year warranty. Contractors must guarantee an uninterrupted supply, handle 100-500 orders daily, avoid gray market products, safeguard patient information, and have a recall process. Offerors must disclose any past five-year litigation. Payments will be made electronically, with invoices submitted quarterly. Contractors are required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee. Performance will be monitored through a Quality Assurance Surveillance Plan (QASP), with specific metrics for supply, product quality, delivery timeliness, and reporting compliance.
    The "Clitoral Therapy Device - Questions and Answers" document addresses key clarifications regarding an RFP for Clitoral Therapy Devices. The government confirmed that FDA clearance under 510(k) is acceptable, rather than FDA approval. Invoicing can occur after each delivery, and customer service should be available during normal business hours across ET to PST time zones. While a combined Letter of Authorization and Letter of Supply is acceptable, emergency orders are unlikely for this device. The anticipated order volume is 10-20 devices per day, significantly lower than a manufacturer's query about 100-500 orders. Product refresh pricing adjustments will be reviewed in accordance with FAR. For pricing proposals, Attachment I, "Items" tab requires unit pricing to reflect a combined price with a 3% Service Level Agreement (SLA) Fee, and only highlighted columns need to be filled, though quoters can submit their own pricing documents.
    The document is an RFQ (Request for Quote) for a "Clitoral Therapy Device" and related accessories, identified by Primary ID 36C10G26Q0004. It lists multiple line items for the device itself, removable cups (in 15-pack and 5-pack configurations), and extenders (2-pack) across various contract periods (Base, Option 1, Option 2, Option 3, and Option 4). The RFQ specifies that all listed items are
    The Pay.gov Vendor Submittal Instructions outline a four-step process for remitting fees to the SAC (Strategic Acquisition Center), applicable to both MSPV (Multi-Schedule Procurement Vehicle) and non-MSPV transactions. Vendors must visit Pay.gov, search for "VA SAC," and select the "SAC Contract Fee Remittance Form." The first step, "Complete Agency Form," requires selecting the SAC Contract Number, entering sales data, and indicating whether the transaction is an MSPV Sale or, for non-MSPV, if it's GSA CRF or Assisted Services. The second step, "Enter Payment Info," specifies that only ACH payments (bank routing and account numbers) are accepted; credit cards and third-party payments are not. Step three, "Review and Submit," involves carefully verifying all information and agreeing to the authorization and disclosure statement, with email confirmation highly recommended. The final step, "Confirmation," provides payment authorization. For any uncertainties regarding fee types or the process, vendors are advised to contact their SAC Contracting Officer or Contracting Specialist.
    This document is a comprehensive listing of Veterans Affairs (VA) facilities organized by healthcare network, detailing various VA medical centers and clinics across different regions. It outlines a structured reporting format for the second quarter of Fiscal Year 2026, including sections for tracking contract numbers, line items, and descriptions of services or products. The file also includes a detailed breakdown for reporting sales data, such as total quarterly quantity sold, total quantity of all items sold, and total quarterly sales inclusive and exclusive of Service Level Agreement (SLA) fees. The document serves as a standardized template for contractors to report performance and sales metrics for items or services provided to numerous VA facilities, ensuring compliance and accurate financial tracking across the VA healthcare system.
    The document, titled "Clitoral Therapy Device - Questions Limit 1- page 36C10G26Q0004," is a fragment from a government Request for Proposal (RFP) or similar procurement document. Its primary purpose is to solicit and manage questions from potential bidders regarding a specific federal government requirement for a "Clitoral Therapy Device." The structure indicates a formal process for questions, likely prior to the submission of proposals. This excerpt emphasizes the structured approach of government solicitations, where clear communication and clarification of requirements are essential to ensure fair and competitive bidding. The document, although brief, signifies a critical stage in the procurement lifecycle where vendors seek to understand the scope and specifications of the RFP.
    The Department of Veterans Affairs (VA), through RFP No. 36C10G26Q0004 for a Clitoral Therapy Device (CTD), is utilizing a Past Performance Questionnaire (PPQ) to evaluate contractors for a competitive service contract. This questionnaire, directed to references, gathers crucial information on a contractor's past performance under a specified contract number. It assesses overall quality, delivery, service quality, problem resolution, and personnel quality using a five-point rating scale. Additionally, it inquires about any past performance issues, such as cure notices or terminations, and whether the contractor would be awarded another contract. The PPQ also seeks details on contract period, dollar value, and a description of services provided, ensuring the VA can thoroughly evaluate potential contractors based on their historical performance.
    This document, "ATTACHMENT E - SAMPLE LETTER OF SUPPLY," is a template for a Letter of Supply crucial for government solicitations like RFPs, federal grants, and state/local RFPs. It assures an uninterrupted supply of products from a manufacturer to an offeror, should the offeror be awarded an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Key commitments include guaranteeing sufficient quantities for the contract's duration (base and option periods), provided the offeror maintains good standing and adheres to Original Equipment Manufacturer Partner Agreements. The letter also emphasizes compliance with the Trade Agreements Act (TAA), stating that all supplied products will be TAA compliant. The manufacturer commits to supporting the offeror in maintaining TAA compliance and providing country of origin information, with immediate notification of any changes in product origin. An authorized company officer must sign the letter, making these commitments binding.
    This document is a sample Authorized Government Distributor Letter, crucial for government RFPs. It certifies that a named offeror is an authorized distributor for a specific manufacturer's Vacuum Erection Devices (VEDs) and accessories. The letter confirms the offeror's authority to promote, distribute, sell, and provide technical assistance for these products nationwide or within specified states for the contract period. It requires the signatory to be an officer of the company, ensuring the commitments made are official and binding. This letter validates the offeror's eligibility to supply the requested medical devices under government contracts.
    Similar Opportunities
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used for fragmenting endoscopic clips within the digestive tract at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, is a total small business set-aside and requires vendors to provide FDA-certified equipment along with a two-year warranty, with proposals evaluated based on technical capabilities and pricing. The contract will be awarded as a sole-source, single-award Requirements contract with a base year and four option years, emphasizing the importance of compliance with various federal regulations and reporting requirements. Interested parties must submit their proposals by December 30, 2025, and direct any inquiries to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Cholangioscopy Image Controller (VA-26-00029891)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide the Boston Scientific Cholangioscopy Image Controller: SpyGlass DS product line through an Enterprise-wide Requirements Contract. This procurement aims to identify sources capable of delivering this specialized medical equipment to VA medical centers and facilities across the United States, with a focus on ensuring compliance with specific salient characteristics such as FDA approval and a one-year warranty. The Cholangioscopy Image Controller is crucial for high-resolution imaging during endoscopic procedures, facilitating effective management of pancreaticobiliary conditions. Interested vendors must respond to the Sources Sought Notice by providing detailed information about their capabilities, service plans, and compliance with the outlined requirements, with submissions directed to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    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--NX EQ Lift: Patient Transfer: Clip Based Standard - Amedment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equal, to enhance patient care across its medical centers nationwide. This equipment is designed to facilitate safe and efficient patient transfers, minimizing physical strain on caregivers and reducing the risk of injury during transfers. The procurement includes a one-year base period with four optional one-year extensions, and interested vendors must submit their proposals by January 7, 2026, with questions due by December 18, 2025. For further inquiries, vendors can contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.
    Instrument Tracking System National Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for the CensiTrac Sterile Processing Services (SPS) Instrument Tracking System (ITS). This procurement aims to standardize instrument tracking across all VA medical facilities, ensuring improved tracking, cleaning, sterilization processing, and distribution of Reusable Medical Equipment (RME) within the VA system. CensiTrac is already integrated with the Federal Electronic Health Records (FEHR) system and is currently deployed in all 186 Veterans Health Agency facilities, making it critical for maintaining operational efficiency and patient care. Interested parties believing they can meet the requirements must submit written notification and supporting evidence by January 2, 2025, at 10:00 AM Central Time, to the primary contact, Nicholas Fry, at nicholas.fry2@va.gov.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    RFP-797-FSS-99-0025: 65IIA Medical Equipment & Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment and supplies under the Request for Proposals (RFP-797-FSS-99-0025) for the 65IIA category. This solicitation aims to acquire surgical and medical instruments, equipment, and supplies, which are critical for providing healthcare services to veterans. The procurement falls under the NAICS code 339112 and PSC code 6515, emphasizing the importance of high-quality medical supplies in supporting the health and well-being of veterans. Interested vendors can reach out to the FSS Service Helpdesk at fss.help@va.gov or call 708-786-7737 for further information regarding the submission process and deadlines.
    646-23-2-233-0267 | DSS Boards for TAVR Suite - Urgent (VA-23-00046385)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure DSS Boards for the TAVR Suite under an urgent and compelling requirement, as outlined in the award posting VA-23-00046385. This procurement falls under the category of medical and surgical instruments, equipment, and supplies, specifically identified by the PSC code 6515. The goods are critical for enhancing patient care and operational efficiency within the Veterans Affairs healthcare system. Interested vendors can reach out to Victoria Droz at victoria.droz@va.gov or call 814-418-3743 for further details regarding this opportunity.
    6540--NX EQ Pachymeters Corneal Ultrasound (VA-26-00027713)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to supply Pachymeters: Corneal Ultrasound, specifically the brand name or equal DGH Pachmate 2 devices, through a Sources Sought Notice issued by the Strategic Acquisition Center. This procurement aims to fulfill the Veterans Health Administration's (VHA) requirement for non-expendable equipment, with the intention to award a single Requirements Contract featuring Firm-Fixed Price orders for an initial 12-month base period and four additional 12-month option periods. Pachymeters are critical ophthalmic instruments used primarily for measuring corneal thickness, which is essential in detecting glaucoma and planning refractive surgeries. Interested vendors must submit their responses, including company details, technical literature, service plan information, and pricing, by December 30, 2025, at 11:59 AM Eastern, to the designated contacts, Cyia Jones and Kimberly LeMieux.
    TheraDoc Electronic Clinical Surveillance Platform
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the TheraDoc Electronic Clinical Surveillance Platform through a federal contract. This procurement aims to enhance clinical surveillance capabilities within the department, ensuring improved patient care and safety through advanced electronic monitoring solutions. The platform is critical for the effective management of clinical data and real-time surveillance, which is essential for healthcare operations within the Veterans Affairs system. Interested vendors can reach out to the Contract Specialist, Mickey A. Linize, at mickeya.linize@va.gov or by phone at 913-946-1967 for further details regarding the justification and requirements associated with this opportunity.