J065--Neptune 3 Rover 2PM Prevent ProCare +SEM
ID: 36C25925Q0212Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for a firm-fixed price contract for Neptune 3 Rover 2PM Prevent ProCare +SEM services under solicitation number 36C25925Q0212. The procurement involves maintenance and service for the Neptune Rover equipment, including preventive maintenance, routine inspections, and software updates, with a contract term of one year and four optional years. This initiative is crucial for ensuring the reliability and safety of medical equipment used in healthcare settings, thereby supporting the overall mission of the VA. Interested vendors must submit their quotations via email by 4:00 PM MST on February 20, 2025, and direct any questions to Contracting Officer Thaddeus Gray at thaddeus.gray@va.gov or by phone at 303-712-5739.

    Point(s) of Contact
    THADDEUS GRAYCONTRACTING OFFICER
    (303) 712-5739
    THADDEUS.GRAY@VA.GOV
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking quotes for a firm-fixed price contract under solicitation number 36C25925Q0212 for Neptune 3 Rover 2PM Prevent ProCare +SEM services and related items. The solicitation follows FAR Subpart 12.6 guidelines and is open for submissions until 4:00 PM MST on February 20, 2025. Interested parties must submit questions by February 18, 2025. The procurement includes multiple line items for the Neptune 3 Rover and Neptune 2 Docker, with requirements outlined in an attached Statement of Work, mentioning a one-year base period and four option years. Vendors must provide new, Original Equipment Manufacturer (OEM) products, and meet technical capabilities, delivery lead times, and pricing criteria. The evaluation process will consider these factors in determining the most advantageous offer. Notably, only written quotations submitted via email will be accepted. The document also emphasizes compliance with various federal regulations and conditions, ensuring the protection of government interests regarding contract performance and vendor qualifications. Overall, this solicitation represents the government’s structured approach in acquiring necessary medical equipment maintenance services while enforcing high standards of quality and compliance.
    The Statement of Work (SOW) outlines the maintenance and service contract requirements for the Neptune Rover equipment at the Eastern Colorado VA Healthcare System. The contract with Stryker encompasses preventive maintenance, which includes routine inspections, safety checks, software updates, and replacement of defective parts. The contractor must provide certified technicians and ensure that all services are documented through field service reports, to be submitted to the VA within two weeks of service. Services will be conducted during standard business hours, excluding federal holidays, and cover an initial twelve-month term with four possible option years. Notably, any additional work or repairs outside the scope must receive prior approval from the Contracting Officer. The contractor is also responsible for maintaining the technical qualifications of personnel, ensuring that all work is conducted by skilled technicians. The SOW emphasizes adherence to security regulations and expectation of quality performance through agency oversight. This SOW exemplifies a structured approach to securing reliable service for essential medical equipment, ensuring efficiency and compliance within governmental contract frameworks.
    The document appears to be a corrupted or improperly encoded file, ultimately making it unreadable for analysis. However, it likely pertains to government Requests for Proposals (RFPs) or grants related to federal, state, and local projects. Generally, such documents contain vital information about funding opportunities, project requirements, application processes, and timelines. Understanding RFPs typically involves identifying key project objectives, requirements for submissions, and evaluation criteria. The importance of these documents lies in their role in securing necessary funding and resources for various governmental initiatives, thereby ensuring compliance with legal and regulatory standards. Since the file is unreadable, no specifics can be extracted about particular projects or initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--629-25-2-036-0292, Neptune 3 Rover Repair (VA-25-00048913)
    Buyer not available
    The Department of Veterans Affairs is issuing a sole-source contract notice for the repair of the Neptune 3 Rover, specifically seeking to engage OEM Stryker Instruments due to the specialized nature of the service required. This procurement is classified under NAICS code 811210 and aims to ensure the operational readiness of medical equipment utilized by the Southeast Louisiana Veterans Health Care System. Interested parties must submit capabilities statements by February 14, 2025, at 10:00 AM CST, and must be registered with the System for Award Management (SAM) to be considered for this firm-fixed-price contract, which has a performance period of 90 days post-award. For further inquiries, interested vendors can contact Tiffany Conner at tiffany.conner@va.gov or (318) 990-4064.
    J049--MOBILE MEDICAL UNIT SERVICE & REPAIR
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the service and repair of mobile medical units, as outlined in solicitation number 36C25725R0022. The procurement aims to ensure comprehensive maintenance, including preventive and corrective services for vehicle power systems, truck chassis components, and HVAC systems, with a focus on timely responses to emergency calls. This initiative is crucial for maintaining high-quality healthcare services for veterans, reflecting the VA's commitment to operational excellence. Interested vendors should note that the total award amount is approximately $9 million, with a contract duration of five years, and proposals must be submitted by February 20, 2025, at 12 PM Central Time to Contract Specialist Lesley Kitchen at Lesley.Kitchen@va.gov.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a full-service maintenance and repair contract for hospital beds and stretchers at the VA New Jersey Healthcare System, covering the period from March 15, 2025, to March 14, 2026, with four optional 12-month extensions. The contractor will be responsible for maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, ensuring operational readiness and quality service delivery. This contract is crucial for maintaining high standards of patient care through effective management of essential medical equipment, with a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to encourage small business participation. Quotes are due by March 7, 2025, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    6515--RFQ Infusion Pump System Brand Name Only
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a specific brand name Infusion Pump System, identified as the MRidium MRI Infusion System, through a solicitation numbered 36C25625Q0461. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide essential medical equipment that operates safely in high magnetic fields, crucial for delivering intravenous medication during MRI procedures for veteran patients. The contract, valued at a ceiling of $250,000, emphasizes compliance with federal acquisition regulations and requires interested contractors to submit their quotes electronically by February 20, 2025, while all questions must be directed to the primary contact, Frank Gastelum, at frank.gastelum@va.gov by February 17, 2025.
    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.
    J065--Varian - Truebeam - Service Agreement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking qualified small business firms to provide a service agreement for the Varian TrueBeam Radiotherapy System and two RPM Gating Systems at the Louis Stokes Cleveland VA Medical Center. This Sources Sought Notice aims to gather market research information to identify capable contractors for preventative maintenance and service of existing systems, emphasizing the VA's commitment to promoting participation from Service-Disabled Veteran Owned and Veteran Owned businesses. The maintenance of these medical systems is crucial for ensuring the continued delivery of high-quality healthcare services to veterans. Interested parties are required to submit their company information, capability statements, and evidence of OEM authorization by February 19, 2025, and can direct inquiries to Contracting Officer Chad Kemper at chad.kemper@va.gov or (937) 268-6511 ext. 4541.
    NX EQ Heart-Lung Bypass Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Heart-Lung Bypass Units, specifically the LivaNova® Essenz Perfusion System or equivalent, to support medical operations across its facilities. The objective is to establish a national contract that provides these critical medical devices, which are essential for temporary external circulatory support during surgeries, particularly open-heart procedures. The contract will have a base period of 12 months with four optional 12-month extensions, ensuring the availability of necessary equipment for veteran healthcare. Interested vendors should contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further details, and must adhere to the submission guidelines outlined in the RFP documents.
    6515--Reverse Osmosis Water Purification System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide six Reverse Osmosis (RO) Water Purification Systems, specifically WRO 300 H units, along with six AK98 prefilter/carbon block filter kits for dialysis treatment at the Baltimore VA Medical Center. This procurement aims to ensure that the new dialysis units meet health safety standards and function optimally, preventing microbiological contamination during idle periods. The contractor will be responsible for the delivery, installation, validation of the equipment, as well as providing training, operation manuals, and a one-year warranty on parts and labor. Responses to the Request for Information (RFI) are due by February 18, 2025, and interested parties should contact Joseph Krupa at joseph.krupa@va.gov for further details.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    6515--VISN22 ScriptPro Brand name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of the ScriptPro Pharmacy Management System, with an emphasis on brand name or equal products. This solicitation, identified as RFQ 36C26225Q0148, aims to enhance pharmacy automation across various VA medical facilities within VISN 22, ensuring compatibility with existing technology and compliance with specified requirements. The contract will involve the delivery of both hardware and software components essential for improving operational efficiency in veteran healthcare services. Interested vendors must submit their bids by February 18, 2025, at 7:00 AM PST, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.