6240--NX EQ Lights: Exam (VA-25-00009031)
ID: 36C10G25R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing (335132)

PSC

ELECTRIC LAMPS (6240)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the procurement of examination lights (RFP No. 36C10G25R0005) essential for patient care at VA Medical Centers nationwide. The contract aims to acquire LED technology examination lights with various mounting options, which are critical for medical procedures such as exams and minor surgeries. This procurement initiative emphasizes enhancing clinical environments to ensure quality patient care, with a contract structure that includes one base year and four optional renewal years. Interested vendors must submit their offers by March 12, 2025, and can contact Contract Specialist Michael Andrews at michael.andrews6@va.gov or 678-428-5319 for further details.

    Point(s) of Contact
    Michael AndrewsContract Specialist
    (678) 428-5319
    michael.andrews6@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting proposals for the purchase of "LIGHTS: EXAM," which are essential for patient care at VA Medical Centers across the country. This combined synopsis/solicitation (RFP No. 36C10G25R0005) outlines requirements for examination lights, which are used in medical settings for procedures like exams and minor surgeries. Interested vendors are invited to submit offers for either brand-name or equivalent products, adhering to the requirements detailed in the solicitation. The contract will include one base year and four optional renewal years, with delivery on a firm-fixed-price basis. Key requirements include that the lights must use LED technology and offer various mounting options. Vendors must provide detailed documentation that demonstrates compliance with the stated specifications and submit their offers via email by March 12, 2025. The procurement falls under full and open competition, and interested parties must be registered in the System for Award Management (SAM). The solicitation targets enhancing equipment at VA facilities, ensuring clinicians have the necessary lighting for quality patient care.
    The document outlines a government Request for Proposal (RFP) for the procurement of various medical lighting equipment from the Midmark brand, specifically the Ritter 250 and 255 LED Exam Lights and associated accessories. It details part numbers and descriptions for each item, such as caster bases, mounting kits, and light sheaths intended for different ceiling heights and chair configurations. The RFP specifies the unit of measure, estimated quantities for the base year and optional contract years, and placeholders for vendors to provide commercial pricing and delivery timelines. The quantities and pricing structure emphasize a tiered approach to meet potential ongoing requirements over multiple years. The overarching purpose is to ensure the availability of specialized lighting systems to support healthcare provider operations efficiently while adhering to procurement guidelines. This procurement initiative exemplifies a commitment to enhancing clinical environments through quality equipment.
    The document outlines contract administration and invoice instructions for a contract with the U.S. Department of Veterans Affairs (VA). It identifies key personnel involved in managing the contract, including a Contracting Officer and a Contract Specialist, with their respective contact details. Invoices must be submitted electronically using the Tungsten network or compliant EDI formats, emphasizing that facsimile and email submissions are not acceptable. The contractor must comply with specific terms and conditions, which include limitations on orders, reporting requirements, and the acceptance of purchase orders only from designated VHA Ordering Officers. The document also details reporting obligations, specifying monthly and quarterly sales reporting to the VA, with strict deadlines tied to the fiscal calendar. Overall, the instructions ensure a clear understanding of payment processes, responsibilities of both the contractor and the VA, and compliance standards to facilitate smooth contract execution and financial accountability.
    The document contains contractual clauses pertinent to government procurements, specifically for the Department of Veterans Affairs (VA). It outlines mandatory disclosures required by Federal Acquisition Regulation (FAR), detailing the submission processes for reporting sales and Service Level Agreement (SLA) fees. Contractors must remit SLA fees within 60 days post-quarterly reporting and adhere to established sales reporting protocols. Key clauses include compliance requirements for contractors concerning ethical conduct, veteran services, and labor standards. It mandates the provision of operation manuals for equipment and explicitly prohibits the use of gray market and counterfeit items, ensuring procurement of only original equipment manufacturer goods. The document also highlights the liquidated damages for untimely deliveries, order procedures, and maximum/minimum order thresholds. The purpose of the contract is to establish clear requirements and guidelines to ensure transparency and adherence to ethical standards in government contracting, particularly emphasizing the importance of compliance with regulations aimed at protecting government interests and promoting responsibility among contractors. This aligns with the overarching goal of fostering accountability and efficient management of federal resources through properly structured procurement processes.
    This government document outlines the solicitation provisions for a Request for Proposal (RFP), focusing on telecommunications and video surveillance services or equipment. It includes several sections delineating eligibility criteria, representations from offerors, and requirements for submitting proposals. Offerors are prohibited from engaging with covered telecommunications equipment/services, specifically those associated with national security risks per the John S. McCain National Defense Authorization Act. The proposal will be evaluated on technical merit, past performance, veterans' preference, and price, with technical factors carrying the most weight. Offers should be structured into five distinct volumes: Technical, Past Performance, Veterans Preference, Price, and Offer/Representations. Specific certifications and representations must be included, alongside a declaration regarding prior federal contracts and tax responsibilities for corporations. The document reinforces adherence to guidelines for subcontractors, especially regarding veteran-owned businesses, and establishes a framework for evaluating and ensuring fair pricing. This RFP aims to facilitate transparency and integrity in government contracting while promoting veteran participation in federal procurement initiatives.
    The document outlines a comprehensive list of healthcare facilities under various Veterans Affairs (VA) healthcare networks, detailing their respective locations and contract identifiers. It serves as a reporting tool for item sales related to each facility, specifying quantities sold, total sales amounts, and anticipated service level agreement (SLA) inclusions for FY 2025. Each VA facility, categorized under specific networks such as the New England Healthcare System and the VA Pittsburgh Healthcare System, has been assigned a unique facility code linked to their healthcare services, highlighting the scope of VA operations across different states. The table includes placeholders for quantities sold and financial details, emphasizing accountability and structured reporting. This framework is critical for evaluating performance, ensuring compliance with federal grants, and managing RFPs within the government contracting system, showcasing the importance of systematic data collection and reporting in optimizing healthcare services for veterans.
    The document is an attachment regarding past performance references for an examination solicitation related to NX EQ Lights (Solicitation Number: 36C10G25R0005). It serves as a template for assessing the performance history of an offeror in government contracting. Key elements include the offeror's name, relationship to the work (prime or subcontractor), and contract specifics, such as the organization involved, contract number, type, award amounts, delivery dates, and relevant contacts. Notably, the section dedicated to performance evaluations indicates no past performance issues were reported, and no corrective actions were necessary, addressing compliance with the Comprehensive Assessment and Review System (CPARS) and Past Performance Information Retrieval System (PPIRS) standards. This document plays a crucial role in evaluating an offeror's suitability based on their previous work, highlighting the importance of demonstrated reliability and capability in federal contracting processes.
    The document is a Past Performance Questionnaire issued by the Department of Veterans Affairs (VA) as part of the procurement process for contract solicitation No. 36C10G25R0005, related to NX EQ Lights: Exam. Offerors must submit the names of references from the past three years, up to a maximum of three, to evaluate their past performance in areas such as quality of service, cost control, timeliness of performance, and business relations. Each reference is asked to provide ratings and comments on the offeror's compliance, cost management, reliability, and responsiveness. Important details to include are the reference's organization, contract value, and any relevant issues during contract performance (e.g., termination or stop work orders). The accompanying Rating Guidelines range from "Unsatisfactory" (0) to "Excellent" (4), with specific criteria outlined for each level. Overall, references are prompted to assess their desire to work with the offeror in the future, thereby facilitating a fair evaluation process for contract awarding.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Photocoagulation Laser with Pattern Scanning
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply a Photocoagulation Laser with Pattern Scanning and associated ophthalmic equipment for the Fredericksburg Health Care Center. The procurement includes a range of items such as management software, laser indirect ophthalmoscopes, and safety glasses, with delivery expected between December 2024 and March 2025. This initiative aims to enhance the medical facility's capabilities in providing advanced eye care treatments, ensuring compliance with federal guidelines and promoting participation from small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should contact Contract Specialist Natasha M Hawkins at Natasha.Hawkins@va.gov for further details, with the contract period specified from February 24, 2025, to March 17, 2025.
    6520--Brand Name or Equal DENTAL EQUIPMENT
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of dental equipment under the solicitation code 36C24625Q0408. This request for proposal (RFP) aims to acquire essential dental instruments and supplies, including curing lights, electric handpieces, and amalgamators, to support healthcare services for veterans at the Fredericksburg Health Care Center. The contract period is set from February 18, 2025, to March 17, 2025, with bids due by February 18, 2025, at 11 A.M. EST. Interested vendors, particularly small businesses and those owned by service-disabled veterans or women, should direct inquiries to Contract Specialist Ronnie E. Gregory at Ronnie.gregory@va.gov.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide medical equipment as part of the "DEC 2024 Equipment Only Consolidation" initiative. This procurement focuses on acquiring high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various modalities, with a particular emphasis on compliance with technical specifications and service availability. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring that facilities are equipped with state-of-the-art technology to improve diagnostic capabilities and patient care. Interested vendors must submit their offers by April 9, 2025, with a deadline for questions set for February 19, 2025. For further inquiries, vendors can contact Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    Examination Chair, Kansas City VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to supply the Midmark Model 626-003 Examination Chair or an equivalent product for the Kansas City VA Medical Center. This Request for Information (RFI) / Sources Sought Notice aims to identify potential suppliers and gather insights on their capabilities and interests, which will inform a future solicitation. The examination chair is crucial for providing quality healthcare services to veterans, ensuring comfort and functionality during medical examinations. Interested vendors must submit their company information by 2:00 PM CST on February 14, 2025, and must be registered in the System for Award Management (SAM) to qualify for government contracts. For inquiries, vendors can contact Tywanna Sparks at tywanna.sparks@va.gov or by phone at 913-758-9928.
    6515--GI, ENT NEW IDIQ 5 year contract
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to submit quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the procurement of medical scopes for the Veterans Integrated Service Network (VISN) 22. This contract aims to establish a flexible procurement framework for high-quality, FDA-approved medical scopes, including those used in gastrointestinal and pulmonary procedures, with a guaranteed minimum value of $1,000 and a maximum potential value of $45 million over a five-year period. The selected contractor will be responsible for providing equipment that meets strict performance standards, including installation, training, and maintenance services, ensuring operational readiness across multiple healthcare facilities. Interested vendors must submit their proposals electronically by February 20, 2025, and can direct inquiries to Carlo Manuel at carlo.manuel@va.gov or by phone at 562-503-7111.
    6525--SEP 2024 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of high-tech medical equipment (HTME) with extended installation services, specifically focusing on turnkey solutions for various VA facilities. The objective is to enhance healthcare delivery through the acquisition of advanced imaging technology, including digital radiography systems and computed tomography (CT) scanners, which are critical for improving diagnostic capabilities and patient care for veterans. This initiative underscores the VA's commitment to modernizing its medical infrastructure to meet the growing demands of healthcare services while ensuring compliance with federal standards. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.
    6515--SDVOSB SET ASIDE Brand name or Equal to Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of a brand name or equal to the Stryker Endoscopic Video System, as outlined in solicitation number 36C26025Q0241. The required system includes advanced imaging capabilities such as 4K resolution, infrared visualization, LED lighting with safe light technology, and a CO2 conditioning insufflator, along with a high-definition photo printer and 32-inch OLED monitors with Picture-in-Picture functionality. This procurement aims to enhance healthcare delivery at the Spokane VA Medical Center through cutting-edge medical imaging technology, ensuring accurate diagnostics and efficient patient data management. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Contracting Specialist Andrew Barrow at Andrew.Barrow@va.gov, with a deadline for questions set for February 19, 2025.
    6515--SURGICAL INSTRUMENTS
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for surgical instruments, specifically a liposuction device, with a focus on Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Vendors interested in this opportunity must meet specific standards and be verified through the VIP system prior to the submission deadline. The procurement is crucial for enhancing medical services provided to veterans, ensuring access to advanced surgical tools. Proposals must be submitted electronically by February 19, 2025, at 12 PM Eastern Time, and interested parties can contact Contracting Officer Quincy L. Alexander at Quincy.Alexander@va.gov or by phone at 334-727-0550 x3519 for further information.
    6760--4K Lighting Metering System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide a high-quality 4K Lighting Metering System, specifically colorimeter/photometer and spectroradiometer calibration meters, to enhance video production capabilities at the VA Medical Center in St. Louis, Missouri. This procurement aims to identify potential suppliers for professional-grade calibration tools that are compatible with existing VA-owned software, emphasizing the importance of preventing the sale of gray market goods by requiring vendors to be authorized dealers or distributors. Interested parties must respond to the Sources Sought Notice by February 19, 2025, with detailed company information and answers to specific questions, while ensuring compliance with necessary documentation such as OEM authorization letters. For further inquiries, vendors can contact Contract Specialist Glenn Saddler at glenn.saddler@va.gov or by phone at 216-447-8300 ext1.
    J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the preventative and corrective maintenance of the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contract requires the contractor to provide all necessary labor, materials, and services to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and on-site corrective repairs, with technician support required five days a week and emergency service available after hours and on holidays. This initiative is crucial for maintaining high standards of healthcare services, ensuring compliance with manufacturer protocols and The Joint Commission standards. Interested small businesses must submit their proposals by February 18, 2025, with inquiries accepted until February 10, 2025, directed to Contract Specialist Loan Dho at loan.dho@va.gov.