6515--Ronin X6 Surgical Headlights
ID: 36C25625Q0516Type: Special Notice
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)
Timeline
    Description

    The Department of Veterans Affairs intends to negotiate a sole source Firm-Fixed Price contract with Ronin Surgical Corp for the procurement of ten specialized surgical headlights for the Operating Room at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is based on market research indicating that these surgical headlights are exclusively available from Ronin Surgical Corp, in accordance with 41 U.S.C. §3304(a)(1) and FAR 6.302-1, which allows for contracts without competition when only one responsible source is available. The surgical headlights are critical for enhancing visibility during surgical procedures, ensuring optimal patient care and safety. Interested parties may express their capability to fulfill this requirement by responding to the notice no later than February 20, 2025, via email to Contract Specialist Frank Sanders at frank.sanders1@va.gov, with the anticipated award date set for May 1, 2025.

    Point(s) of Contact
    Frank SandersContract Specialist
    (713) 791-1414 x 25729
    frank.sanders1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to negotiate a sole source Firm-Fixed Price contract with Ronin Surgical Corp to procure ten surgical headlights for the Operating Room at the Michael E. DeBakey VA Medical Center in Houston, Texas. This decision is based on market research indicating that these specialized surgical headlights are only available from Ronin Surgical Corp, complying with 41 U.S.C. §3304(a)(1) and FAR 6.302-1, which permits contracts without competition when only one responsible source is available. The anticipated award date is May 1, 2025. Interested parties may express their capability to fulfill this requirement by responding to the notice no later than February 20, 2025. The response should be sent via email to the designated Contract Specialist, Frank Sanders, who emphasizes that only written responses will be considered. This notice serves as an official communication regarding the procurement intent and underscores the VA's commitment to obtaining necessary specialized medical equipment efficiently.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    6515--Surgical Lights, Booms, Video Integration System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide surgical lights, booms, and video integration systems for the Black Hills VA Healthcare System as part of their VISN 23 initiative. The procurement aims to enhance surgical environments by supplying necessary equipment, including hardware, software, training, and support services, while ensuring compatibility with existing systems, particularly Karl Storz equipment. This initiative is crucial for modernizing surgical facilities, improving operational efficiency, and maintaining compliance with safety regulations. Interested vendors are invited to a site walkthrough on March 12, 2025, with registration required by March 11, 2025. For further inquiries, vendors can contact Senior Contracting Officer Joshua I Imdacha at Joshua.Imdacha@va.gov or by phone at 319-339-7017.
    J065--FY25 Conmed Airseal Insufflators Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for preventative and corrective maintenance services for Conmed Airseal Insufflators at the Orlando VA Healthcare System. This procurement, classified under solicitation number 36C24825Q0450, will be a firm-fixed-price agreement with Lovell Government Services Inc., as only one responsible source can fulfill the requirements outlined under 10 USC 2304(c)(1) and FAR regulations. The maintenance of these medical devices is crucial for ensuring the operational readiness and reliability of equipment used in patient care. Interested contractors who believe they can meet these specific needs are invited to submit technical proposals by March 14, 2025, to Contract Specialist Robert Edwards at robert.edwards2@va.gov, noting that responses are voluntary and the government will not compensate for any information provided.
    ENT FUSION SYSTEM
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Stealth Station S8 Navigation System, a critical tool for enhancing surgical precision in ENT procedures. This procurement is specifically set aside for small businesses and aims to replace an existing system, ensuring compatibility and standardization within the VA's medical equipment fleet. The system must feature advanced capabilities, including dual high-definition touchscreen monitors, robust imaging technology, and wireless connectivity, all designed to improve operational efficiency in surgical environments. Interested vendors should note that the solicitation number is 36C25025Q0399, with proposals due by March 19, 2025, and a total contract value of approximately $149,532.20. For further inquiries, contact Percy E. Johnson at Percy.Johnson2@va.gov or by phone at 614-257-5534.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    J065--Notice of Intent to Sole Source - 436 Pharmacy EyeCons Replacement
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, intends to award a sole source contract for the replacement of the ScriptPro Eyecon Model 9430 to ScriptPro USA Inc. This procurement specifically aims to replace the existing Eyecon unit used in the Fort Harrison and Billings hospital pharmacies, ensuring compatibility with the current ScriptPro systems and maintaining operational continuity. The contract includes the supply of the Eyecon model, installation services, an interface controller, and on-site support, all of which must comply with ScriptPro standards for equipment and software. Interested parties must demonstrate their capability to meet these requirements and submit their interest by 3:00 PM Mountain Time on March 18, 2025, to jason.lawrence3@va.gov, as this notice is not a request for competitive quotes.
    6515--Surgical Drill/Saws Handpieces with Accessories and and Equipment Consoles
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a contractor to provide Surgical Drill/Saws Handpieces with Accessories and equipment consoles for the North Florida/South Georgia Veterans Healthcare System, specifically for the Lake City VA Medical Center. The procurement aims to replace outdated corded power instrument sets utilized across various surgical specialties, with a focus on compatibility with existing Stryker CORE II equipment and tool-less setups, while achieving a maximum operational speed of 50,000 RPM. This initiative is crucial for modernizing surgical tools and enhancing operational efficiency, while also emphasizing support for service-disabled veteran-owned small businesses. Interested parties should note that the delivery schedule requires shipment by April 10, 2025, and can contact Contract Specialist Cesar O Sanchez Amaro at Cesar.SanchezAmaro@va.gov for further information.
    Endoscope Surgical Towers
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the procurement of multi-operating room Video Integration Systems and endoscope surgical towers, aimed at enhancing surgical procedures for veterans. This advanced equipment is designed to improve the safety, mobility, and accuracy of laparoscopic and arthroscopic surgeries, incorporating features such as ICG imaging and customizable surgeon profiles to optimize image capture and display. The RFQ is expected to be released around March 18, 2025, and interested businesses should direct inquiries regarding RFQ number 36C24W25Q00741 to Amelia Roberson at Amelia.Roberson1@va.gov or by phone at 254-278-6424.
    J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.
    6515--Intent to Sole Source - ULTRASONIC CLEANER
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source for the procurement of an InnoWave Unity 20 Sonic Irrigator Ultrasonic Cleaner, specifically for the Brooklyn VA Medical Center. This ultrasonic cleaner is essential for effectively removing tissue, blood, and contaminants from reusable surgical instruments, thereby ensuring the highest standards of hygiene and safety in medical procedures. The contract will be awarded to Steris Corporation under a mandated FSS contract (V797D-60613), with an estimated delivery timeframe of 30 days post-award. Interested vendors may express their capabilities and interest to the contracting officer, Janelle Bonafede, at Janelle.Bonafede@va.gov or by phone at 716-862-7461 ext. 24570, before the deadline of March 17, 2025, at 2:00 PM EST.