6515--RFQ Infusion Pump System Brand Name Only
ID: 36C25625Q0461Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Frank GastelumContract Specialist
    frank.gastelum@va.gov
    frank.gastelum@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice for the procurement of a specific Infusion Pump System identified as "Brand Name Only" by the Department of Veterans Affairs (VA). The solicitation, numbered 36C25625Q0461, has a response deadline of February 20, 2025, at 16:00 Central Time. This request is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code 6515 and NAICS Code 339112. The contracting office is located at 5075 Westheimer Road, Suite 750, Houston, TX. Interested parties are directed to consult the attached documents for detailed requirements and justification related to the RFQ. The submission of proposals is governed by federal regulations, emphasizing compliance and accountability. Overall, this notice outlines the VA's commitment to providing quality medical equipment through strategic procurement while supporting veteran-owned enterprises.
    This document provides a justification for a brand name award concerning the procurement of the MRidium Infusion System and accessories by the Department of Veterans Affairs (VA). The MRidium system is uniquely non-magnetic and MRI-compatible, essential for delivering continuous intravenous medication during MRI procedures for veteran patients. It surpasses traditional infusion pumps by operating safely in high magnetic fields, avoiding workarounds needed with other systems. This procurement is positioned as a Firm-Fixed Price contract with a ceiling of $250K. The document outlines the exclusive characteristics that make the MRidium system the sole viable option, emphasizing its capability to meet clinical needs specific to the MRI environment. The contracting activity, based in Houston, TX, conducted market research under the Veterans First Contracting Program, identifying a limited number of service-disabled veteran-owned small businesses capable of fulfilling the requirement. The research included evaluations of mandatory government sources and compliance with relevant contracting regulations, ensuring adherence to legal obligations for veteran contracting. This aims to enhance operational efficiency and patient care within VA facilities while aligning with federal contracting mandates.
    The solicitation 36C25625Q0461 from the Department of Veterans Affairs seeks bids for the procurement of MRI Infusion Pump Systems and related items. This combined synopsis/solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and follows guidelines outlined in the Federal Acquisition Regulation (FAR). A total of eight items, including the Mridium MRI Infusion System and its associated components, are detailed, requiring delivery to the Michael E. DeBakey VA Medical Center in Houston, TX. Contractors must be registered in the System for Award Management (SAM) and comply with specific requirements regarding the supply of new Original Equipment Manufacturer products. The evaluation of offers will be based on the Lowest Price Technically Acceptable (LPTA) method. Interested contractors must submit their questions by February 17, 2025, and send their quotes electronically by February 20, 2025. The document emphasizes strict adherence to regulations concerning subcontracting, invoicing, and the need for SDVOSB status to qualify for the contract. This procurement underscores the VA's commitment to ensuring quality service through compliance with federal acquisition processes while supporting veteran-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs 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 solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact 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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    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.
    W023--MRI Trailer Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes a one-year base lease with four optional one-year extensions, requiring the contractor to provide, install, maintain, and train staff on the MRI unit and trailer, which must meet defined technical specifications. The MRI trailer is crucial for enhancing diagnostic capabilities and patient care at the facility, with the VA providing necessary support such as parking, power, and MRI technologists. Interested parties must submit their proposals by December 17, 2025, at 12:00 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace MRI 1.5T" at the Durham VA Health Care System in North Carolina. The project involves comprehensive construction services, including the removal of an outdated MRI machine and the installation of a new 1.5T MRI, while addressing critical deficiencies such as RF shielding, fire sprinkler systems, HVAC, and electrical outlets. This initiative is vital for modernizing imaging services for veterans, ensuring compliance with stringent safety and operational standards. Interested contractors should note that this is a Total SDVOSB Set-Aside opportunity, with a project magnitude between $500,000 and $1,000,000, and sealed bids are due by January 6, 2026, at 11:00 AM EST. For further inquiries, contact Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    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.