6515--SENZIME NEUROMUSCULAR BLOCKADE MONITORS "BRAND NAME OR EQUAL TO SENZIME IAW SOW". OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
ID: 36C24525Q0530Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs is seeking quotations for the procurement of fourteen Senzime TetraGraph Neuromuscular Blockade Monitors, or equivalent, for the Anesthesia department at the Washington DC VA Medical Center. This acquisition aims to enhance patient safety by enabling real-time monitoring of neuromuscular blockade during surgical procedures, in accordance with the latest guidelines from the American Society of Anesthesiologists. The selected contractor will be responsible for delivering the monitors within 60 days of contract award, including installation and training, with a firm-fixed price contract anticipated. Interested vendors must submit their quotations, including an Original Equipment Manufacturer (OEM) letter, by May 27, 2025, at 3:00 PM Eastern Time, to the Contract Specialist, Mohsin Abbas, at Mohsin.Abbas2@va.gov.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is issuing a Combined Synopsis/Solicitation for Neuromuscular Blockade Monitors, specifically the "Brand Name or Equal to Senzime," through solicitation number 36C24525Q0530. The government intends to award a firm-fixed price contract, with quotations due by May 27, 2025, at 3:00 PM Eastern Time. Suppliers must submit detailed quotations along with an Original Equipment Manufacturer (OEM) letter. This procurement is classified under NAICS code 339112, focusing on surgical and medical instrument manufacturing, and is open to all businesses, including verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The Virginia Medical Center in Washington, DC, is designated as the place of performance, requiring delivery within 60 days post-award during business hours. The government will not provide any furnished property and will issue task orders for required services. Quotes will be evaluated based on price and benefit to the government, and submissions must comply with regulations in FAR and VAAR. Offers should include acceptance of the terms, and any exceptions need to be clearly stated. Relevant attachments containing detailed specifications and requirements accompany the solicitation.
    The document outlines a request for proposals (RFP) for acquiring fourteen Senzime TetraGraph Neuromuscular Monitors for the Anesthesia department at the Washington DC VA Medical Center. This initiative aims to improve patient safety by enabling real-time monitoring of neuromuscular blockade, ensuring effective medication reversals during surgery. The procurement includes all necessary components, warranties, and manufacturer-approved distribution channels. Key specifications detail the required equipment features, including multiple operational modes, accurate measurement capabilities, and specific delivery and installation processes. The contractor must conduct a joint inspection post-installation, offer comprehensive training for clinical staff, and comply with stringent security protocols for handling sensitive VA information. The contract type is a firm-fixed price, and compliance with various regulatory standards is necessary. Bidders must submit proposals by May 27, 2025, inclusive of an OEM authorization letter. This RFP demonstrates the VA's commitment to adopting innovative solutions in healthcare while ensuring compliance with procurement standards and prioritizing patient safety.
    This government document outlines a price/cost schedule related to a request for proposals (RFP) for medical supplies. It specifies the procurement of two items: 14 units of the "SEN-2015 - TetraGraph Next Gens" and one box of "SEN-2012 - TetraSens Adult EZClick Sensors,” categorized under medical and surgical instruments. Both items must be brand name or equivalent to SENZIME, in accordance with the statement of work (SOW). The solicitation's contract type is firm-fixed price, and it falls under the Principal NAICS Code 339112, which pertains to surgical and medical instrument manufacturing. Each listed item includes details such as the quantity, unit of measurement, and placeholders for unit price and total amount, culminating in a grand total section to summarize pricing. The document serves as part of the federal procurement process, facilitating transparent and competitive bidding for specified medical products essential for healthcare operations.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants aimed at fostering project development across various sectors. It emphasizes the necessity of adhering to established guidelines and standards while responding to RFPs to ensure compliance and competitive bidding. Key ideas outlined include the importance of thorough evaluation of proposals, clarity in project objectives, and the strategic planning necessary to meet grant requirements. Additionally, it underscores the collaborative nature of these projects, highlighting the roles of stakeholders and community engagement. The document also hints at the funding mechanisms and potential financial implications tied to submitted proposals, encouraging entities to consider sustainability and innovation in their approaches. Overall, this RFP guidance serves as a roadmap for entities seeking federal or state funding, reinforcing best practices for successful proposal submissions.
    The VAAR 852.212-71 clause outlines strict requirements for procurement related to supplies or equipment/parts, mandating that only new Original Equipment Manufacturer (OEM) items can be provided. The clause explicitly prohibits used, refurbished, or remanufactured items, as well as any gray market goods—items sold outside authorized territories or by non-authorized dealers. Additionally, counterfeit items, defined as unauthorized reproductions or misrepresentations of genuine OEM products, are also banned. Vendors must be recognized OEMs, authorized dealers, distributors, or resellers, and provide verification through official documentation. All warranties and service agreements must align with the OEM's terms and conditions. This regulation aims to ensure the integrity and authenticity of products procured under government contracts, highlighting the importance of compliance with legal guidelines to maintain quality and reliability in federal acquisitions.
    The Washington DC VA Medical Center seeks to acquire fourteen Senzime TetraGraph Neuromuscular Monitors for its Anesthesia department to enhance monitoring of neuromuscular blockade during surgery. This new technology aligns with the 2023 American Society of Anesthesiologists guidelines and aims to promote patient safety by providing quantitative assessment of neuromuscular blockade, reducing risks of postoperative complications. The procurement includes equipment, training, and all necessary components, with specifications detailing required features such as operating modes, battery performance, and accuracy. Delivery of the equipment must occur within 60 days to the specified VA Medical Center location, following strict procedures for installation and training. The contractor is also expected to ensure compliance with health guidelines, particularly concerning COVID-19. Post-installation, a joint inspection will confirm the successful implementation of the monitors, accompanied by a requirement for documentation and invoicing procedures that adhere to VA financial regulations. The contract is firm-fixed price based and includes stringent evaluation criteria for bids, which must include authorization from the manufacturer. This acquisition underscores the VA's commitment to enhancing surgical safety through advanced technological solutions.
    Similar Opportunities
    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.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    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.
    H299--AMENDMENT TO REQUEST FOR QUOTES OPEN SOLICITATION UP TO SMALL BUSINESSES 24 HOUR MONITORING AND RECORDING SERVICES 36C24526Q0126
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes from qualified small businesses for 24-hour monitoring and recording services at the Washington DC VA Medical Center. This procurement, identified as RFQ 36C24526Q0126, aims to ensure continuous monitoring and service checks of HVAC and utility systems, with a contract period that includes a base year and two optional years, requiring inspections and detailed logging of deficiencies. The amendment to the solicitation has expanded eligibility to all qualified small businesses, fostering greater competition, and the deadline for quote submissions has been extended to December 22, 2025, at 10:00 AM ET. Interested parties should direct inquiries and submissions to Contracting Officer Bill Pratt at billie.pratt@va.gov or call 410-642-2411.
    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.
    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.
    5998--BAS-METASYS CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a BAS-Metasys Controller intended for central monitoring at the VA Medical Center in Montgomery, Alabama. This procurement aims to establish central monitoring for airflow validation in Supply Chain Management Operations, particularly within Sterile Processing Service areas, to comply with VHA Directive 1761 and other relevant mandates. The selected vendor will be responsible for supplying six control panel assemblies that integrate with the existing Building Automation System for real-time monitoring of room pressure, without the inclusion of labor or installation services. Interested offerors must submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov by 12 PM Eastern Time on December 24, 2025, to be considered for award, with the solicitation expected to be posted on or before December 10, 2025.
    6515--Phillips X8-2t Transducers and Epiq 7 Upgrade Entitlements Text LTC Charles S. Kettles VA Medical Center (VAMC) Ann Arbor, MI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI, is seeking to procure three Philips X8-2t Transducer probes and three EPIQ 7 software upgrades through a total small business set-aside procurement. This acquisition is critical for cardiac imaging, as the X8-2t transducer utilizes proprietary technology to deliver high-resolution images and is compatible exclusively with Philips EPIQ 7 Ultrasound Systems. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM ET, including verifiable documentation from Philips authorizing them as resellers, and may direct inquiries to Contract Specialist Shelton Beasley at shelton.beasley@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    6515--Patient Monitoring and Connectivity Platform
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for a patient monitoring and connectivity platform, as outlined in a Request for Information (RFI) notice. The platform must be compatible with existing Philips IntelliVue Monitoring Systems and feature wireless capabilities, an integrated remote tele box, a handheld color screen, and the ability to non-invasively track total hemoglobin and oxygen content, among other vital signs. This procurement is crucial for enhancing patient care and monitoring capabilities at the Northern Arizona VA Health Care System. Interested parties are encouraged to respond to 19 specific questions regarding their capabilities, business size, and product details by December 15, 2025, at 4:00 PM EST, via email to Nathan Munson at nathan.munson@va.gov.