6515--NX EQ Otoscope Ophthalmoscope Sets (VA-25-00012519)
ID: 36C10G25Q0018Type: Combined Synopsis/Solicitation
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
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--Audiology Equipment Calibration Maintenance VISN
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a five-year, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for audiology equipment calibration, maintenance, and support services to serve the Veterans Integrated Service Network 23 (VISN23). This procurement is exclusively set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB) and service-disabled veteran-owned small businesses, emphasizing the VA's commitment to supporting veteran-owned enterprises. The services required include management, personnel, and tools to perform calibrations in accordance with national standards, ensuring compliance with safety and performance standards, and providing timely reporting and invoicing. Interested parties must submit their proposals by May 22, 2025, at 4:00 PM Central Time, and direct any questions to Contracting Specialist Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or Joshua Imdacha, with inquiries due 72 hours prior to the submission deadline.
    6515--AUDIOLOGY OTOACOUSTIC EMISSIONS
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought notice to identify qualified vendors capable of providing Audiology Otoacoustic Emissions equipment for the El Paso VA Health Care System. The procurement aims to acquire equipment that includes screening and diagnostic otoacoustic emissions capabilities, is portable with a minimum four-hour battery life, and can communicate with optometric devices, all while meeting the quality standards outlined in the Statement of Work. This initiative is crucial for enhancing healthcare service delivery to veterans through the procurement of high-quality medical equipment. Interested vendors must submit their capability statements by 2:00 PM CST on May 19, 2025, to Tammy L. Wilson at Tammy.Wilson5@va.gov, and ensure they are registered in the System for Award Management (SAM) to be eligible for future contracts.
    6515--676- VELA MOVE CHAIRS (VA-25-00036831)
    Buyer not available
    The Department of Veterans Affairs is seeking information from qualified contractors capable of providing VELA ophthalmic examination chairs (model 70034) as part of a Sources Sought Notice. The procurement aims to assess the interest and capabilities of both Small Businesses and Other than Small Businesses, including Veteran-Owned and Service-Disabled Veteran-Owned Small Businesses, to fulfill a requirement for six chairs. These specialized medical chairs are essential for ophthalmic examinations, highlighting their importance in providing quality healthcare services to veterans. Interested vendors must submit their qualifications, business size or socioeconomic status, and any necessary correspondence from the manufacturer via email to Vernise L. Newton at vernise.newton@va.gov by the deadline of May 15, 2025, at 10:00 AM Central Time. This notice is strictly for market research purposes and does not constitute a solicitation.
    Brand Name or Equal Comprehensive Optical Biometer
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Brand Name or Equal Comprehensive Optical Biometer for the Philadelphia VA Medical Center's Ophthalmology Department. The primary objective is to acquire a device that accurately determines the power of intraocular lenses used in cataract surgeries, with strict adherence to VA protocols for delivery, installation, and training. This procurement is crucial for enhancing ophthalmic services and ensuring compliance with operational guidelines, emphasizing the importance of high-quality medical equipment in patient care. Quotes are due by 4:00 PM EST on May 12, 2025, and interested vendors should direct all inquiries and submissions to Joanne Skaff at joanne.skaff@va.gov.
    Welch Allyn Connex Vital Signs Monitors
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, intends to sole source a contract with Welch Allyn, Inc. for the Newmar Radio (NIC) upgrades of twenty-seven Welch Allyn Connex Vital Signs Monitors at the VA Pittsburgh Healthcare System. The objective of this procurement is to ensure that the monitors can connect wirelessly to the network, which is crucial for patient diagnosis and treatment. This contract will be a firm-fixed price with a performance period from June to September 2025, and interested vendors must submit a capability statement by May 13, 2025, to the Contract Specialist, Haley Snyder, at haley.snyder@va.gov. The NAICS code for this procurement is 811210, and the Small Business Administration size standard is $34 million.
    Steris Innowave Sonic Irrigator
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the procurement of Steris Innowave Sonic Irrigators, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are authorized resellers of Steris equipment. This acquisition is crucial for enhancing the operational capabilities of the Central Arkansas VA Medical Center, as the Steris Sonic Washers play a vital role in medical and surgical procedures. Interested vendors must submit their quotes electronically to the primary contact, Bennett Smith, at bennett.smith2@va.gov, adhering to the requirements outlined in the attached RFQ. The solicitation emphasizes compliance with federal acquisition regulations and supports the VA's commitment to engaging SDVOSBs in its procurement processes.
    6515--NX EQ Scanning System Ultrasonic Endoscopic (VA-25-00067268)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply a Scanning System Ultrasonic Endoscopic device as part of a national contract aimed at enhancing diagnostic and treatment capabilities for digestive tract diseases. This procurement is intended to identify manufacturers capable of delivering the system, which combines imaging and ultrasound technology for various medical applications, including cancer diagnosis and treatment. The anticipated contract will consist of a base period of 12 months with four additional 12-month option periods, and responses are due by May 13, 2025. Interested vendors must be registered in the System for Award Management (SAM) and provide detailed documentation demonstrating compliance with specified salient characteristics, including FDA 510k approval, to ensure nationwide supply readiness. For further inquiries, vendors can contact Contract Specialist Cyia Jones at Cyiamaudia.Jones@va.gov.
    J065--BNOE Karl Storz Service/Maintenance Plan
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a service and maintenance plan for Karl Storz endoscopes at the Portland VA Healthcare System in Oregon. This procurement aims to ensure the reliable operation of medical equipment, which is crucial for maintaining high-quality healthcare services for veterans. The contract will be a fixed-price agreement covering a base year and two optional years, with a total small business set-aside status under NAICS code 811210. Interested vendors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued on May 09, 2025, with a response deadline of May 20, 2025. For further inquiries, potential quoters can contact Contract Specialist Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.
    6515--Equipment, Endoinspect Inspection Borescope, IND
    Buyer not available
    The Department of Veterans Affairs is issuing a request for quote (RFQ-36C25025Q0534) for the procurement of two Endoinspect Inspection Borescopes, aimed at enhancing medical equipment capabilities at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The equipment must meet specific technical specifications, including features such as a high-definition touch screen, video recording capabilities, and compliance with sanitation standards, and must be supplied by an authorized dealer or distributor of the equipment. This procurement is categorized as a Small Business Set-Aside, with a submission deadline of May 14, 2025, at 12:00 PM EST, and interested vendors are encouraged to direct inquiries to Contract Specialist Rachel MacRae at rachel.macrae@va.gov. All proposals must comply with federal procurement regulations and be submitted by registered entities in SAM.gov.
    6515--Shukla Surgical Instruments
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Shukla Surgical Instruments, specifically for use at the Baltimore VA Medical Center. This opportunity is a total small business set-aside, focusing on acquiring a unique screw removal system priced at $36,175.50, which is essential for surgical procedures to safely remove broken and seized bone screws while minimizing bone loss. Interested vendors must submit their quotes by May 16, 2025, at 12:00 PM EST, including a completed SF1449 and an Excel price/cost schedule, with compliance to various contract clauses, including the Buy American Act. For inquiries, vendors can contact James Ferro at James.Ferro@va.gov.