6515--Stryker Coil 360 Implants Consignment | Base plus 4 OYs
ID: 36C26125Q0242Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a supply contract for Stryker Coil 360 implants, specifically targeting the San Francisco Healthcare System. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that ensures a consistent supply of medical equipment for the Prosthetics and Sensory Aids Services over a five-year period, emphasizing the importance of maintaining a consignment inventory at the VA facility and timely deliveries. This initiative is critical for providing state-of-the-art medical supplies that adhere to VA standards, ensuring quality and reliability in patient care. Interested contractors should contact Contract Specialist Shelley Self at Shelley.Self2@va.gov or by phone at 702-791-9000 x15048 for further details regarding the proposal submission process.

    Point(s) of Contact
    Shelley SelfContract Specialist
    702-791-9000 x15048
    Shelley.Self2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 21 plans to award a sole source contract to Stryker Neurovascular for the consignment of Stryker Coil 360 surgical implants. This procurement is intended for use at the VA San Francisco Healthcare System and includes a five-year contract with specified quantities of various implant models. The solicitation is set to open on February 20, 2025, with responses due by February 21, 2025, to the Contract Specialist, Shelley Self. Prospective vendors must comply with VA's Gray Market Items regulations, demonstrating authorization as an OEM, dealer, distributor, or reseller. The contracting office emphasizes patient care and supplier choice as priorities, indicating that all submissions will be evaluated to determine the viability of the sole source approach. The detailed item list includes models and estimated quantities across five annual pricing periods, and the notice also stipulates that documentation supporting compliance with procurement regulations must accompany vendor responses. The intent to sole source underlines the urgency and specialized requirements of the medical devices being procured for patient care within the VA system.
    This government file outlines a detailed multi-year proposal for the procurement of medical supplies, specifically the TARGET 360 and TARGET XL products, along with AXS VECTA catheters. Each item is specified with a product part number, description, estimated quantity, and prices proposed for five consecutive years. The structure includes lists for Year 1 to Year 5, highlighting various models and specifications for each category of medical supplies. The main objective is to facilitate a government purchase order for these medical items over a five-year period, ensuring a consistent supply of necessary equipment at predetermined prices. The proposal emphasizes readiness for government procurement processes and adheres to requirements typical in federal and state RFPs. Overall, the proposal showcases the supplier's capability to meet government needs, emphasizing transparency in pricing and inventory, which is critical for adherence to regulatory measures. This systematic approach indicates careful planning to fulfill government contracts, reflecting a commitment to supply foundational medical supplies efficiently and effectively over the defined timeframe.
    The document is a Request for Proposal (RFP) from the Department of Veterans Affairs to establish a supply contract for the Stryker Target 360 Coil, intended for the San Francisco Healthcare System. The aim is to ensure the availability of products for the Prosthetics and Sensory Aids Services, promoting uniformity and consistency in equipment used over a five-year period. The RFP emphasizes that the agreement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract and will be awarded based on complete product offerings, covering both current and future items. Contractors must maintain consignment inventory at the VA facility, provide timely deliveries, and replace items as they are used. The document outlines various terms and conditions of service, procedures for invoicing and payments, and responsibilities of both parties concerning inventory management and product quality. It requires compliance with relevant federal acquisition regulations and outlines delivery logistics. Emphasis is placed on the need for state-of-the-art technology and adherence to VA standards, ensuring a focus on quality and reliability in supplied products.
    Similar Opportunities
    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.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Custom Sterile Surgical Procedure Packs for various facilities across Veterans Integrated Service Networks (VISNs) 5, 9, 10, 12, 15, 16, and 23. The procurement aims to ensure the timely delivery of essential sterile medical supplies, including a variety of surgical packs tailored for specific procedures, which are critical for maintaining high standards of patient care in VA medical centers. This initiative underscores the importance of standardization and compliance with federal regulations, including the Trade Agreements Act, to enhance operational efficiency in healthcare delivery. Interested vendors should contact Contract Specialist Laura Nabity at Laura.Nabity@va.gov, with the contract period set to commence on May 1, 2025, and a funding ceiling of $98.5 million.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    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.
    Q527--Y90 TheraSpheres OY3
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of Y90 TheraSpheres from Boston Scientific Corporation, aimed at extending an existing contract for an additional two years. This procurement involves the delivery of various calibrated doses of TheraSpheres, which are critical for specific medical treatments within the Veterans Health Administration (VHA). Interested parties are invited to express their interest and capabilities by February 28, 2025, although this notice does not constitute a request for competitive quotations; the decision for competitive procurement will depend on the responses received. For further inquiries, interested vendors should contact Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov or by phone at 210-996-8816.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of 60 units of sterile processing service (SPS) case carts, aimed at enhancing preventative and corrective maintenance within its facilities. The Request for Proposal (RFP) emphasizes the importance of compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and mandates adherence to information security protocols and financial transparency. These case carts are critical for maintaining operational standards in healthcare settings, ensuring the effective processing of medical equipment. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919, with proposals due by the specified deadlines, as the contract period spans from May 1, 2025, to September 30, 2029, with options for extension.
    6515--Bertec CDP/IVR Upgrades
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 8, is planning to award a sole-source contract to Melling Medical for upgrades to the Bertec CDP/IVR system at the James A. Haley Veterans Hospital. The contract, justified under FAR 13.106.1(b) due to Melling Medical's unique capabilities, includes critical enhancements such as the Head Shake Sensory Organization Test and Bertec Vision Advantage, which are essential for evaluating patients' balance and postural control. This initiative underscores the VA's commitment to improving patient care through advanced technology and specialized assessments, with installation and training for clinical staff included in the contract. Interested vendors must submit their capabilities by February 28, 2025, and the delivery and installation of the equipment are expected within 30 days after the award, accompanied by a one-year warranty. For further inquiries, contact Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    6515--Wilmington BNOE Electrosurgical Generator
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the procurement of a Wilmington BNOE Electrosurgical Generator and associated medical equipment through solicitation number 36C24425Q0358. This procurement includes a range of items such as a footswitch, cart, telescope components, and various medical accessories, all essential for enhancing surgical capabilities within VA healthcare facilities. The contract aims to ensure that veterans receive high-quality medical services through the provision of reliable surgical instruments, reflecting the government's commitment to efficient healthcare delivery. Interested suppliers must submit their offers electronically by February 26, 2025, at 4:00 PM EST, and can direct inquiries to Contract Specialist Alexandra L. Stankovic at alexandra.stankovic@va.gov.
    6515--Surgical Shaver - SF
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide surgical shavers for the Sioux Falls VA Healthcare System, with the procurement specifically set aside for small businesses. The contract includes the acquisition of a Shaver Console and Handpiece designed for ENT procedures, requiring compatibility with existing systems, integrated irrigation, and user-defined operational controls. This initiative is crucial for enhancing medical equipment and services within the Department of Veterans Affairs, ensuring high standards for veteran healthcare. Interested vendors must submit questions to Contract Specialist Jennifer Watkins-Schoenig at least 72 hours before the response deadline of February 27, 2025, at 4:00 PM Central Time, and the solicitation number for this request is 36C26325Q0352.