6515--NX EQ Extracorporeal Perfusion Pumps
ID: 36C10G25Q0056Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Extracorporeal Perfusion Pumps, specifically Terumo® brand or equivalent, to support medical operations across VA Medical Centers nationwide. This procurement aims to secure advanced medical devices essential for heart-lung bypass procedures, emphasizing the need for compliance with safety features and FDA approval. The solicitation has been extended, with proposals now due by July 7, 2025, at 11:59 PM ET, and interested vendors are encouraged to submit their technical specifications and pricing in accordance with the outlined requirements. For further inquiries, potential offerors may contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.

    Point(s) of Contact
    Daleta ColesContract Specialist
    757-722-9961 ext-3115
    daleta.coles@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs has released a Combined Synopsis/Solicitation Notice (Solicitation Number: 36C10G25Q0056) for Extracorporeal Perfusion Pumps, specifically Terumo® brand or equivalent. This procurement, set aside for small businesses, aims to secure these medical devices for use in VA Medical Centers nationwide. The solicitation outlines a base contract period of 12 months with four optional 12-month extensions, requiring that interested vendors provide technical specifications and pricing for the listed equipment. Key requirements for the pumps include functionality for heart-lung bypass procedures and a backup power system. Proposals must demonstrate adherence to salient characteristics such as FDA approval, safety features, and the capability of pulsatile flow. Vendors should submit quotes by May 19, 2025, while all questions must reach the Contract Specialist by May 9, 2025. This contracting effort highlights the VA's commitment to enhancing patient care through the acquisition of advanced medical technology, emphasizing adherence to quality, safety, and performance standards.
    This document is an amendment to a previous combined solicitation (36C10G25Q0056) issued by the U.S. Department of Veterans Affairs for the procurement of extracorporeal perfusion pumps. Its key purposes are to extend the solicitation response deadline to June 3, 2025, and to incorporate a new VAAR clause regarding compliance with Executive Order 13899 on combating anti-Semitism. The amendment specifies the contractor's obligation to report any credible evidence of violations related to the Executive Order during the contract's lifecycle and mandates that these terms be included in all subcontracts and purchase orders. The document retains all other terms and conditions from the original solicitation unchanged, ensuring clarity for potential bidders while emphasizing the importance of compliance with civil rights regulations. The Point of Contact for inquiries is provided, along with the contracting office address in Fredericksburg, VA.
    The document is an amendment to a previous combined solicitation (36C10G25Q0056) issued by the U.S. Department of Veterans Affairs regarding the procurement of NX EQ Extracorporeal Perfusion Pumps. The primary purpose of this amendment is to extend the submission deadline for proposals to June 26, 2025, at 11:59 PM ET, and to change the solicitation from a set-aside to a full and open competition. Additionally, it includes corrections to Attachment D, specifically concerning past performance requirements. The contracting office is located in Fredericksburg, VA, and the point of contact for the solicitation includes Contract Specialist Daleta Coles and Contracting Officer Kimberly LeMieux. The amendment maintains all other terms and conditions of the initial solicitation. This procurement is categorized under Product Service Code 6515 and NAICS Code 334510, indicating it relates to medical equipment and devices.
    The document is an amendment to the combined solicitation 36C10G25Q0056 regarding the procurement of NX EQ Extracorporeal Perfusion Pumps by the U.S. Department of Veterans Affairs. The primary purpose of this amendment is to extend the deadline for responses to the solicitation, which is now due on July 7, 2025, at 11:59 PM Eastern Time. All other terms and conditions of the solicitation remain unchanged. Key details include the contracting office’s address in Fredericksburg, VA, the product service code (6515), and the associated NAICS code (334510). The document emphasizes the need for compliance with the specifications laid out in the original solicitation and maintains continuity of the bidding process. The amendment aims to ensure that vendors have sufficient time to prepare their proposals, crucial for securing high-quality suppliers for essential medical equipment used by veterans.
    The document is a request for proposals (RFP) concerning medical equipment, specifically various types of Terumo roller pumps and accessories. The RFP outlines specifications for ten different items, including specifications for size, part numbers, and the unit of measure. For each item, contractors are required to provide vital information such as the estimated quantity for the base year and potential option years, unit pricing, delivery days after receipt of order, and total evaluated prices including service level agreements (SLA). Notably, all highlighted areas in the document must be completed by the vendor, indicating a structured approach to ensure accurate and comprehensive responses to the RFP. The RFP aims to solicit competitive bids for essential medical equipment, ultimately seeking to fulfill federal and state procurement needs while ensuring consistent supply for healthcare services. This document demonstrates typical federal procurement processes focused on transparency, cost-effectiveness, and timely delivery of necessary medical supplies.
    The document outlines contract administration and invoice instructions for a Veterans Affairs (VA) contract involving Extracorporeal Perfusion Pumps. It designates key contact persons, including Contracting Officers Kimberly LeMieux and Daleta Coles, as well as Contracting Officer Representative Robert Scott. Contractors must submit monthly invoices electronically, within 30 days of delivery, adhering to the Improper Payment Elimination and Recovery Act. The document mandates the use of the Tungsten Electronic Invoice System for submissions and specifies that paper forms are not accepted. It highlights the importance of compliance with contract terms, delivery requirements, and detailed reporting obligations. Contractors are required to provide monthly and quarterly sales reports and may only accept orders from designated VA personnel. Failure to comply may impact payment and contract fulfillment. Furthermore, the contract may be modified to include replacement items or new technologies as needed. This framework emphasizes the strategic acquisition process within VA’s procurement operations, ensuring efficiency, accountability, and adherence to federal regulations during the contract's lifespan.
    The document is a Request for Quote (RFQ) for the procurement of NX EQ Extracorporeal Perfusion Pumps by the Department of Veterans Affairs. It outlines essential contract clauses, including mandatory written disclosures related to business ethics, a Service Level Agreement (SLA) requiring a fee of 3.0% embedded in pricing, and quarterly sales reporting obligations. Contractors must submit sales reports, including amounts collected from the SLA fee, within 60 days of the end of each quarter. The RFQ also details penalties for delays, such as liquidated damages of $37.50 per day, and includes various Federal Acquisition Regulation (FAR) clauses pertaining to compliance, small business considerations, and limits on subcontracting. Key stipulations include the prohibition of gray market or counterfeit items, a focus on new Original Equipment Manufacturer (OEM) products, and delineated responsibilities regarding packing for shipment. Offerors are evaluated based on their veteran-owned business status, underscoring the importance of including service-disabled veteran-owned small businesses as subcontractors. The document emphasizes adherence to federal regulations and ethical guidelines, maintaining transparency and accountability throughout the procurement process, reflecting the VA's commitment to high standards and regulatory compliance.
    The document outlines a Request for Quote (RFQ) for NX EQ Extracorporeal Perfusion Pumps, focusing on federal procurement processes, specifically for the Department of Veterans Affairs. Key sections detail mandatory disclosures under FAR clauses, service-level agreement fees, procedures for quarterly sales reporting, and stipulations regarding liquidated damages for delays in supply delivery. The RFQ emphasizes compliance with various federal statutes and regulations, including those related to equal opportunity and veteran-owned small business considerations. It requires contractors to submit accurate sales reports by specified deadlines and mandates the use of only new Original Equipment Manufacturer (OEM) items, prohibiting gray market and counterfeit products. Furthermore, the document stresses the importance of adhering to service-disabled veteran-owned and veteran-owned small business evaluation criteria, with a structured approach for subcontracting. Overall, the RFQ reflects the government's commitment to transparency, regulatory compliance, and supporting veteran-owned businesses throughout the procurement process.
    This document is a Request For Quote (RFQ) pertaining to the procurement of extracorporeal perfusion pumps, categorized under federal government initiatives. It outlines the submission requirements for interested offerors, including essential provisions to avoid contracting with entities linked to prohibited telecommunications equipment or services. The solicitation emphasizes compliance with certain certifications and representations, specifically relating to the use of covered telecommunications equipment as mandated by the John S. McCain National Defense Authorization Act. Offerors must address a multi-volume submission, encompassing detailed technical proposals, past performance references, and pricing, ensuring adherence to salient characteristics specified in the RFQ. The evaluation criteria prioritize technical capability, past performance, veterans' preference, and price, highlighting that technical ability holds significant weight in the decision-making process. Government regulations necessitate a rigorous examination of past performance, adjusting the potential award to favor service-disabled and veteran-owned businesses. The intricate submission and review process reflect a commitment to maintaining operational integrity, fiscal responsibility, and adherence to social equity in awarding contracts. This RFQ serves as a structural guide for potential contractors navigating government procurement processes, ensuring compliance and optimization of service delivery.
    The document is a Request for Quote (RFQ) for Extracorporeal Perfusion Pumps, detailing the solicitation provisions necessary for vendors wishing to bid. It emphasizes compliance with federal regulations, particularly concerning telecommunications and video surveillance, prohibiting the use of covered telecommunications equipment and services under the John S. McCain National Defense Authorization Act. The submission requirements are outlined, requiring a structured response in five volumes: Technical, Past Performance, Veterans Preference, Price, and Offer with Certifications & Representations. Evaluation factors prioritize Technical Capability, Past Performance, Veterans Preference, and Price, with a clear hierarchy indicating that Technical Capability is the most critical. The document underscores the necessity of submitting accurate representations regarding the offeror's status, financial history, and compliance with tax laws. It mandates that all quotes must meet salient characteristics and adhere to formatting guidelines to avoid disqualification. Overall, the RFQ illustrates the government's structured approach to soliciting bids while encouraging fair competition and compliance among vendors.
    The document details a contract related to various Veterans Affairs (VA) healthcare facilities across multiple regions in the United States. It outlines the contractor's information, contract number, line item numbers, descriptions of the services or goods provided, and the pricing structure that includes a Service Level Agreement (SLA) fee. Multiple VA healthcare systems are identified, such as New England, Pittsburgh, and Chicago networks, with corresponding facilities listed by location. The report includes data on quantities sold by individual item, total sales figures including those with and without the SLA, as well as a comprehensive breakdown of sales amounts for the reporting quarter of FY 2025. The quantifiable aspects, alongside their financial implications, reflect the execution of federal funding aimed at enhancing veteran healthcare services. Ultimately, this document serves as a financial and logistical record for the management and distribution of supplies or services within the VA healthcare network, underpinning the government's commitment to providing quality care for veterans.
    The government document pertains to the solicitation 36C10G25Q0056, focusing on the evaluation of past performance references for contractors supplying extracorporeal perfusion pumps. The attachment requires offerors to provide comprehensive information about relevant past contracts, including the entity's relationship to the work performed, contract details such as award amounts and contact information for contracting and program officials. It emphasizes the necessity of explaining work relevance to the current solicitation and addressing any performance issues documented in CPARS (Contractor Performance Assessment Reporting System) or PPIRS (Past Performance Information Retrieval System) reports. The structured format aims to ensure that bidders demonstrate their capabilities and track records, which are critical factors in the evaluation process for federal and state procurement opportunities. The focus on detailed past performance underscores its importance in assuring competence and reliability in fulfilling the proposed contract's requirements.
    The Department of Veterans Affairs (VA) is soliciting responses for the procurement of Terumo® Extracorporeal Perfusion Pumps or brand-equivalent products under solicitation number 36C10G25Q0056. As part of the evaluation process, the VA Strategic Acquisition Center (SAC) requires past performance assessments from references provided by offerors. Each offeror must submit responses from a maximum of five references within the last three years, detailing their past contracts and performance metrics. The questionnaire includes categories such as Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, rated from 'Unsatisfactory' to 'Excellent'. Additionally, references are asked for comments that may assist in the evaluation process. Completed questionnaires should be emailed to Daleta Coles by the specified deadline in 2025. The document highlights the importance of evaluating past performance to ensure the successful fulfillment of contract objectives and proper relationship management with contractors, underscoring standard practices in government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    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.
    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--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.
    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.
    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--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    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-- 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.