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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Clitoral Therapy Devices (CTD) and associated accessories under solicitation number 36C10G26Q0004. The objective of this procurement is to standardize products and reduce costs within the Veterans Health Administration (VHA), requiring FDA-approved devices that meet specific technical specifications, including removable cups, extension tubing, and a one-year warranty. These devices are critical for providing therapeutic support to veterans, ensuring they receive necessary medical care. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details, with proposals due by the specified deadline. The contract will be structured as an indefinite-quantity contract with a one-year base period and four one-year options, and contractors will be required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee.

    Point(s) of Contact
    Jessica AbramsContract Specialist
    (202) 271-4566
    Jessica.Abrams@va.gov
    Files
    Title
    Posted
    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 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--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    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--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.
    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.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    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.
    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.
    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.
    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.
    6515--Ultrasonic surgical aspirator console for chronic tendon pain
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for an Ultrasonic Surgical Aspirator Console designed for the treatment of chronic tendon pain, under Solicitation Number 36C26226Q0187. The procurement seeks a brand name or equal product, specifically the Tenex TX Console, which must include ultrasound capabilities for tissue removal, visualization for tendon repair, and features such as a MicroTip handpiece and touchscreen LCD. This equipment is critical for enhancing surgical outcomes and reducing patient recovery times, with the contract being a Firm Fixed Price (FFP) agreement. Interested vendors should submit their quotes electronically by December 11, 2025, at 4:00 PM PST, and can direct inquiries to Contracting Officer Debby Abraham at Debby.Abraham@VA.GOV.