6515--NX EQ Otoscope Ophthalmoscope Sets (VA-25-00012519)
ID: 36C10G25Q0018Type: Combined Synopsis/Solicitation
AwardedDec 13, 2024
$2.5M$2,455,937
AwardeeELECTRA-MED CORPORATION FLINT 48507
Award #:36C10G25D0022
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

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 (VA) is soliciting quotes for Welch Allyn Green Series 777 Otoscope Ophthalmoscope Sets to enhance patient care across its medical centers nationwide. This procurement aims to establish a single Requirements Contract specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), focusing on the acquisition of essential diagnostic tools used for examining the eyes and ears. The contract will cover a base period of 12 months with four optional 12-month extensions, emphasizing the importance of these medical instruments in detecting various health conditions. Interested vendors must submit their quotes by 1:00 PM EST on November 19, 2024, and can direct inquiries to Contract Specialist Alanna Wilson at Alanna.Wilson@va.gov.

    Point(s) of Contact
    Alanna WilsonContract Specialist
    (202) 316-4366
    Alanna.Wilson@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs (VA) is soliciting quotes for Welch Allyn Green Series 777 Otoscope Ophthalmoscope Sets, aimed at improving patient care at VA Medical Centers nationwide. This Request for Quote (RFQ) requires interested vendors to submit offers for brand name or equal products in accordance with Federal Acquisition Regulation (FAR) guidelines. The contract will be established as a single Requirements Contract to be awarded to a Service-Disabled Veteran-Owned Small Business (SDVOSB). Proposals must include pricing details and technical capabilities of the equipment. The contract’s performance period is one year with four optional extensions. Interested vendors are required to meet specified salient characteristics including digital capture compatibility, specific lighting and magnification capabilities, and the inclusion of necessary components such as wall boards and dispensers. The RFQ includes detailed evaluation and quotation submission instructions, including a deadline for questions and quotes. This acquisition emphasizes the VA's commitment to equipping medical staff with essential diagnostic tools while adhering to regulations promoting veteran-owned businesses. Vendors must be registered in the System for Award Management (SAM) to participate.
    This document outlines a federal Request for Proposals (RFP) related to the procurement of Welch Allyn diagnostic equipment. It specifies various integrated wall systems and diagnostic sets, complete with descriptions and manufacturer part numbers, primarily focused on the Green Series 777 models. The RFP includes distinct items and quantities for both base and option years, emphasizing the need for vendors to provide details such as proposed unit prices, total evaluated prices, and delivery timelines after receipt of order (ARO). Vendors are instructed to fill in highlighted areas concerning equivalent products and to ensure that their proposals align with specified item descriptions for evaluation. The clarity of requirements ensures that responses accurately reflect the necessary equipment for government use, facilitating compliance with procurement processes and budget considerations through a structured evaluation of cost over the base and option periods. This document serves as a critical instrument in acquiring essential medical diagnostic tools for federal healthcare facilities.
    The document outlines contract administration and invoice instructions for a Veterans Affairs (VA) procurement related to NX EQ Otoscope Ophthalmoscope Sets. It designates key government and contractor personnel for communication, including Contracting Officer Sara Vickroy and Program Office POC David Hochheimer. The contractor must submit monthly invoices electronically within 30 days of delivery to comply with the Improper Payment Elimination and Recovery Act. Payment requests must be sent using the VA’s designated electronic invoicing system through Tungsten Network, with specific guidelines for submission. Reporting requirements are detailed, stipulating both monthly and quarterly reporting of sales, with deadlines aligned to the government's fiscal calendar. The terms and conditions highlight the contractor's obligations, including product supply continuity and compliance with inspection and acceptance standards. It emphasizes that the government is only responsible for authorized purchases and outlines the limitations on order placements. Additionally, the document mandates the inclusion of specific information on delivery tickets and clarifies the authorized purchasing individuals within the contracting framework. The purpose of this agreement facilitates consistent supply chain processes while ensuring fiscal accountability and adherence to federal procurement protocols.
    The document outlines the contract clauses relevant to opportunities under the U.S. Department of Veterans Affairs, particularly those pertaining to procurement processes and regulations. Key provisions include mandatory disclosures regarding contractor conduct, a Service Level Agreement (SLA) for the reimbursement of acquisition services, and requirements for quarterly sales reporting from contractors. The SLA is currently set at 3.0% and must be factored into the pricing of all proposals. Contractors must report sales made and remit SLA fees electronically within specified timeframes, with non-compliance resulting in debt obligations to the government. Additional clauses address liquidated damages for delivery failures, contract compliance with statutes and executive orders, and stipulations on ordering terms and limitations. Emphasis is placed on ensuring that contractors provide only new, authentic items and adhere to government standards. These provisions are crucial for maintaining transparency, accountability, and efficiency in federal procurement processes, ensuring that awarded contracts align with legal requirements while promoting support for small businesses and compliance with veteran-owned business initiatives. Overall, the document serves to guide prospective contractors in adhering to federal acquisition regulations during the bidding and performance phases.
    This document outlines a government Request for Proposal (RFP) concerning telecommunications and video surveillance services as mandated by the John S. McCain National Defense Authorization Act. Key sections include requirements for offerors to represent whether they will provide covered telecommunications equipment or services, and any involvement with entities excluded from federal awards. Significant emphasis is placed on the definitions of critical terms and the ramifications of providing prohibited services. Offerors are mandated to provide disclosures based on their representations, detailing all equipment and services offered, including verifiable information about their sources. The RFP details the submission process and required volumes for quotes, emphasizing the structure, content, format, and the importance of timely submissions. Evaluation criteria highlight that technical factors will weigh more than price, necessitating compliant quotes to meet specified salient characteristics. Past performance will also be reviewed for relevance and recentness. The goal is to ensure that any awarded contracts align with the government's strategic interests and compliance goals, reinforcing transparency and responsibility among contractors. This RFP serves to guide vendors in providing compliant telecommunications solutions while ensuring adherence to federal regulations.
    The document is a comprehensive listing of contract line items addressing healthcare services across various facilities within the Department of Veterans Affairs (VA) networks for Quarter QTR FY 2025. It details the contractor names, contract numbers, line items with descriptions, prices inclusive of Service Level Agreements (SLA), and various VA facilities categorized by healthcare networks including New England, Mid-Atlantic, Southeast, and others. Each facility's associated project number is specified, and there are sections reserved for sales quantities, which are currently reported as zero. The primary purpose of this document is to provide a structured overview of contracts pertaining to VA healthcare procurement, emphasizing accountability in reporting sales and compliance with SLA requirements. The organized format illustrates collaboration across multiple VA networks, ensuring that healthcare services are adequately sourced to meet veteran needs. The attention to detail regarding various locations from Alaska to Florida underlines the vast scope of VA operations, reinforcing their commitment to veteran care through effective contract management and transparency in reporting.
    The Past Performance Questionnaire is part of the solicitation process for the Department of Veterans Affairs (VA) regarding the procurement of NX EQ Otoscope Ophthalmoscope Sets. The document requests references from the offeror to assess their previous performance in various categories, including quality of service, cost control, timeliness of performance, and business relations. Evaluators will rate the offeror based on a scale from unsatisfactory (1) to excellent (3), with space for additional comments provided by the references. The questionnaire also includes queries related to contract performance issues such as show cause orders, stop work orders, and any terminations for convenience or cause. The completed questionnaires must be submitted to Alanna Wilson at the VA by November 19, 2024. This document is crucial for ensuring a thorough evaluation of potential contractors, contributing to informed decision-making in the government procurement process. It emphasizes the importance of past performance in assessing contractors' capabilities and reliability in delivering required services.
    This document is a Past Performance Reference form designed for the solicitation of NX EQ Otoscope Ophthalmoscope Sets under Solicitation Number 36C10G25Q0018. It serves to evaluate the past performance of offerors, including both prime contractors and subcontractors, in similar projects. The form requires detailed information on the nature of the work performed, including the relationship to the offeror, contract specifics, and performance history. Three past performance references are required, each section asking for similar details: the contracting organization’s name, contract or task order number, contract type, pricing information, performance periods, and contact information for the contracting officer and program manager. Additionally, each reference must summarize the relevant work performed and address any performance issues, corresponding corrective actions, and outcomes, as discussed in the CPARS/PPIRS reports. The main purpose of this form is to assess the offeror's capability based on prior contracts, which is crucial for federal procurement processes. It helps ensure that only qualified entities are considered for funding or contract awards in compliance with federal regulations.
    The document is a template for submitting questions regarding a Request for Quotation (RFQ) to a contracting officer within federal or state/local government procurement processes. It is structured to capture specific inquiries from potential contractors, detailing the relevant RFQ sections, documents, and page numbers where the questions arise. The table includes fields for the company name, section identification (A through E), document references (e.g., Project Work Statement, RFQ Attachments), and a designated space for the question itself. This template facilitates clear communication of concerns and clarifications from vendors, ensuring they align with the contractual requirements set forth in RFQs. The organization of the document promotes efficiency in addressing vendor questions, which is a critical aspect of the procurement cycle, helping to streamline the acquisition process and support transparency.
    Lifecycle
    Similar Opportunities
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Veterans Affairs, Department Of
    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.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the National Prescription Eyeglasses Manufacturing contract, specifically aimed at providing prescription eyeglasses for eligible Veterans across all VA sites, including both CONUS and OCONUS locations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to manufacture eyeglasses according to VA prescriptions, ensuring adherence to strict quality control and timely delivery. This contract is crucial for maintaining the vision health of Veterans, offering a range of lens types and frame options to meet diverse needs. Proposals are due by December 23, 2025, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    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.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.