6515--Fleet replacement of telemetry equipment, Shreveport, LA
ID: 36C25625Q0184Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, 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 is seeking quotations for the replacement of telemetry equipment at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to acquire a new Patient Monitoring System, with a focus on brand name or equivalent Philips equipment that meets the required specifications for interoperability and advanced features. The new system is critical for enhancing patient care and operational efficiency, ensuring compliance with federal privacy regulations while providing necessary training for clinical staff. Interested vendors should contact Tammy DeMille at tammy.demille@va.gov or T Miller at t.miller@va.gov for further details, with a site visit scheduled for January 28, 2025, and installation expected within 90 days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the detailed structure and layout of the Overton Brooks Veterans Affairs Medical Center (VAMC) located at 510 E. Stoner Ave., Shreveport, LA. It provides a comprehensive design plan, featuring various areas such as healthcare floors, underground utilities, equipment rooms, storage spaces, and administrative offices spread across multiple levels, indicating a significant focus on healthcare service spaces. The presence of specific facilities like clinics, waiting areas, medical storage, and utility systems reflects a commitment to providing veteran healthcare services efficiently. Each level and room is identified with a unique alphanumeric code, suggesting a meticulous planning approach to organization and identification within the facility. The plan emphasizes operational functionality, compliance with healthcare standards, and responsiveness to the needs of veterans. The document's purpose aligns with government requirements for infrastructure planning, potentially as part of a Request for Proposal (RFP) or grant process aimed at enhancing Veterans Affairs services and facilities. Such planning is crucial to ensure that healthcare environments meet safety, accessibility, and operational efficiencies while adhering to federal standards and regulations, reflecting the government's dedication to veteran care.
    The document comprises a series of questions and responses related to the procurement process for telemetry and monitoring equipment at the Overton Brooks VA Medical Center. The main focus is on addressing vendor concerns about the specifications outlined in the Request for Proposal (RFP). Key discussions revolve around the removal or adjustment of overly stringent technical specifications that may hinder fair competition among manufacturers. Specifically, there are inquiries about the necessity of specific hardware dimensions, the requirements for wireless communication standards, and trade-in processes, leading to clarifications on central station needs, telemetry transmitter requirements, and other monitoring capabilities. Several sections emphasize minimizing restrictive benchmarks while ensuring essential clinical functionalities, revealing the VA's flexibility in its procurement approach. Additionally, practical details regarding the number of required monitors, their operational capabilities, and logistical considerations such as equipment trade-ins and staff training for the new systems are addressed. The responses indicate an aim to balance regulatory compliance with operational efficiency, ensuring that the equipment procured meets clinical needs without being unnecessarily restrictive. Overall, the document facilitates communication between the VA and potential vendors, aiming for an effective procurement process within federal guidelines.
    The document outlines a combined synopsis/solicitation (36C25625Q0184) from the Department of Veterans Affairs for a new Patient Monitoring System at the Overton Brooks VA Medical Center in Shreveport, LA. This solicitation is set aside for Service Disabled Veteran Owned Small Businesses and seeks quotations for brand name or equivalent Philips monitoring equipment, with an evaluation process focused on the best value to the government. The contract includes specific requirements for the equipment, its installation within 90 days of award, and a site visit on January 28, 2025. The Statement of Work delineates a comprehensive replacement of the existing monitoring system with full compatibility and integration with current systems. Security measures, warranty periods, and training for clinical staff are mandated, along with adherence to federal privacy regulations. The solicitation emphasizes the importance of interoperability and advanced features within the monitoring systems, including touchscreens, multiple parameter displays, and remote monitoring capabilities. It ultimately positions the new equipment as critical for enhancing patient care and operational efficiency at the facility, underscoring the VA’s commitment to improving healthcare services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W065--Bed Rentals Overton Brooks VAMC LA Amendment
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the rental of specialty hospital beds at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement involves a firm-fixed price contract for the delivery, setup, and removal of specialized beds, including Air Fluidized Therapy Systems and Med Surg Hospital Beds, ensuring compliance with safety codes and healthcare standards. This initiative is crucial for maintaining quality patient care through the provision of necessary medical equipment and services. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their quotes by February 21, 2025, at 5:00 PM CST, and can direct inquiries to Contracting Specialist T Miller at t.miller@va.gov or by phone at 713-791-1414 x229073.
    6515--Patient Monitoring System Upgrade for the Oklahoma City VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for a Patient Monitoring System Upgrade at the Oklahoma City VA Medical Center. This procurement aims to enhance the facility's patient monitoring capabilities by integrating advanced clinical functionalities, including EEG modules and ventilator compatibility, while ensuring compatibility with existing cardiac output devices. The project is designated for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is classified under the Product Service Code 6515 and NAICS Code 334510. Interested vendors should note that the proposal submission deadline has been extended to February 25, 2025, with inquiries accepted until February 13, 2025. For further information, potential bidders can contact Contract Officer Paul Zorch at paul.zorch@va.gov or by phone at 303-712-5803.
    Videonystagmography Equipment
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for the procurement of Videonystagmography (VNG) Equipment intended for use at the El Paso VA Health Care System. The primary objective is to replace the outdated Visual Eyes VNG system with the Interacoustic VisualEyes 525, which requires advanced features such as comprehensive test capabilities, eye tracking, and software support. This equipment is crucial for enhancing diagnostic capabilities in the healthcare setting, thereby improving patient care for veterans. Interested Service-Disabled Veteran Owned Small Businesses, other veteran-owned, and socio-economically disadvantaged small businesses must submit their responses detailing their qualifications and relevant experience by February 27, 2025. For further inquiries, potential respondents can contact Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142.
    6515--WorkMate Claris Software
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a WorkMate Claris 120 Recording System, intended for use in the cardiac catheterization laboratory at the James A. Haley Veterans Hospital in Tampa, Florida. This integration system is crucial for supporting advanced cardiac procedures, specifically transcatheter aortic valve replacement (TAVR), by effectively collecting and analyzing vital physiological metrics necessary for diagnosing and treating cardiovascular diseases. The project emphasizes compliance with federal regulations and requires that all proposed equipment meets established government standards, with a submission deadline set for February 25, 2025. Interested parties should contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or by phone at 813-940-0316 for further details.
    6515--SDVOSB SET ASIDE Brand name or Equal to Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of a brand name or equal to the Stryker Endoscopic Video System, as outlined in solicitation number 36C26025Q0241. The required system includes advanced imaging capabilities such as 4K resolution, infrared visualization, LED lighting with safe light technology, and a CO2 conditioning insufflator, along with a high-definition photo printer and 32-inch OLED monitors with Picture-in-Picture functionality. This procurement aims to enhance healthcare delivery at the Spokane VA Medical Center through cutting-edge medical imaging technology, ensuring accurate diagnostics and efficient patient data management. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Contracting Specialist Andrew Barrow at Andrew.Barrow@va.gov, with a deadline for questions set for February 19, 2025.
    6515--PHARMACY SPOT MONITORS
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding the procurement of Pharmacy Spot Monitors, as outlined in solicitation number 36C25725Q0326. This initiative aims to identify qualified sources capable of providing vital monitoring equipment that includes features such as non-invasive blood pressure measurement and pulse rate capabilities, designed for integration into healthcare environments. The procurement is part of the VA's broader mission to enhance healthcare services for veterans through improved medical equipment supply chains. Interested businesses should submit their capabilities and company information to Contract Specialist Tammy L. Wilson at Tammy.wilson5@va.gov or call 254-661-5372, ensuring compliance with federal confidentiality protocols.
    6515--FY25 | PSG Sleep Study System
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide a Polysomnography (PSG) Sleep Study System for the Malcolm Randall VA Medical Center in Gainesville, Florida, under solicitation number 36C24825Q0414. The procurement aims to replace obsolete equipment to enhance the diagnosis of sleep disorders, particularly for veterans suffering from conditions such as PTSD, by offering improved patient comfort and comprehensive data collection capabilities. This initiative underscores the VA's commitment to advancing healthcare services for veterans through modern technology, with a response deadline set for February 24, 2025, at 5:00 PM Eastern Time. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) should direct inquiries to Contracts Specialists Kristin Powers at kristin.powers3@va.gov or Heidi Parrish, with further details outlined in the solicitation documents.
    J091--Replace Automatic Tank Monitoring System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the Automatic Tank Monitoring System at the Omaha VA Medical Center. This procurement involves the removal of the existing system, installation of new sensors and consoles, thorough testing, and training for onsite personnel, with the project scheduled to take place from March 3, 2025, to May 3, 2025. This initiative is part of the VA's commitment to enhancing healthcare infrastructure while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the contracting process. Interested contractors must submit their quotes by February 26, 2025, and direct any technical questions to Contract Specialist Erica Miller at erica.miller5@va.gov or by phone at 319-688-3703.
    J066--New Requirement - Base 4 Hemo Xper Software Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the maintenance and support of the Hemo Xper Software at the Oklahoma City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a base year plus four option years, with a requirement to maintain a minimum of 95% equipment uptime. The selected contractor will be responsible for preventive maintenance, emergency support, and ensuring compliance with Original Equipment Manufacturer (OEM) standards, which is crucial for the effective operation of cardiology-related systems. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Shanta Harrison at Shanta.Harrison@va.gov or (303) 712-5719.
    6530--Patient TV Replacements
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the replacement of 90 televisions and associated equipment at the Asheville VA Medical Center. The procurement requires televisions that operate independently of the VA network, with specifications including a screen size of 21”-24”, compatibility with mounting arms, pillow speaker compatibility, touch screens, USB and Ethernet connections, Power over Ethernet, and integrated cameras and microphones. This initiative aims to enhance the living conditions of veterans by providing modern and functional entertainment options. Interested vendors must respond by February 25, 2025, with details about their business size and capabilities, and should direct their responses to the contracting officer, Emily Donahue, at Emily.Donahue@va.gov or by phone at 757-251-4549.