6515--Microconvex Bi-Plane Probes- GNV/JAX Urology
ID: 36C24825Q0147Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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 proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of Brand Name Only BE9CS-D Microconvex Bi-Plane Probes, intended for use in the Urology Departments at the Malcom Randall VA Medical Center and Jacksonville 1 VA Outpatient Clinic. The procurement is essential to ensure compatibility with existing GE Logiq ultrasound systems currently in use, with a total requirement of eight units—five for Gainesville and three for Jacksonville. This solicitation, valued at an estimated $250,000, emphasizes the VA's commitment to supporting veteran-owned businesses and mandates that all products be new, accompanied by necessary documentation, including a Unique Entity Identifier (UEI) Number and Veteran Small Business Certification (VetCert). Quotes are due by December 13, 2024, with the solicitation details expected to be available on December 10, 2024; interested vendors should contact Contract Specialist David L. Wood at david.wood4@va.gov for further information.

    Point(s) of Contact
    David L. WoodContract Specialist
    (727) 776-0832
    david.wood4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a solicitation (36C24825Q0147) for the procurement of Brand Name Only BE9CS-D Microconvex Bi-Plane Probes, targeted exclusively at Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are required to be submitted by December 13, 2024, with the solicitation details expected to be available on December 10, 2024. Vendors must be registered with the System Award Management (SAM) and possess a Veteran Small Business Certification (VetCert). All products must be new, accompanied by documentation such as a Unique Entity Identifier (UEI) Number, proof of small business status, a letter from the manufacturer, and a price list. The procurement falls under North American Industry Classification System (NAICS) code 334510, pertaining to electromedical apparatus manufacturing, which recognizes a small business size standard of 1,250 employees. The information is disseminated through Contract Opportunities, underscoring the VA's commitment to supporting veteran-owned businesses.
    The document outlines a requisition by the Department of Veterans Affairs for a Firm Fixed Price contract for the delivery of BE9CS-D Microconvex Bi-Plane Ultrasound Probes, specifically intended for use in the Urology departments of the Malcom Randall VA Medical Center and the Jacksonville 1 VA Clinic. The requirements specify the need for five units for Gainesville and three for Jacksonville, with a strict compliance with technical specifications, including bandwidth and footprint compatibility with existing Logiq equipment. The proposal must also adhere to regulations set forth by the Food and Drug Administration, ensuring new equipment is provided with standard warranties and service plans. The contracting process is restricted to small businesses, particularly those classified as service-disabled veteran-owned, with a preference for offers from verified service-disabled veteran-owned small businesses (SDVOSBs). The submission of invoices and payment processing will follow strict guidelines outlined in the Federal Acquisition Regulation (FAR). Delivery is to be completed before April 30, 2024, and further includes specific clauses regarding inspection, acceptance, and compliance with technical standards. Overall, the document serves to set forth the procurement process for vital medical equipment, emphasizing the VA's commitment to supporting veteran affairs through targeted and regulated contracting practices.
    The Department of Veterans Affairs (VA) is justifying a single-source award for the procurement of BE9CS-D Microconvex Bi-Plane Ultrasound Probes, needed for use in the Urology Departments at the Malcolm Randall VA Medical Center and Jacksonville 1 VA Outpatient Clinic. The procurement, estimated at a value not exceeding $250,000, is necessary to ensure compatibility with existing GE Logiq ultrasound systems, which are already in use at these facilities. The proposed ultrasound probes are uniquely compatible, making it impractical and costly to replace the existing equipment. Market research indicated the potential availability of Service-Disabled Veteran Owned Small Businesses (SDVOSB) for this purchase, prompting the decision to solicit bids as a Brand Name Only requirement set aside for SDVOSB. The contracting officer certifies the justification aligns with Federal Acquisition Regulations (FAR), reflecting a thorough and necessary procurement process tailored to meet the specific operational needs of the VA medical centers while supporting veteran-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--PMR ENDOSCOPES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a firm-fixed-price blanket purchase agreement for planned maintenance and repair services of government-owned endoscopes at the VA San Diego Healthcare System. The procurement aims to ensure the operational readiness and compliance of medical equipment, which is critical for delivering quality healthcare services to veterans. The total award amount is estimated at $34 million, with proposals due by January 17, 2025, at 1:00 PM MST, and services expected to commence from February 14, 2025, through February 13, 2030, including multiple option periods. Interested vendors, particularly certified service-disabled veteran-owned small businesses, should direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    New - Portable Ortho Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure a Portable Ortho Ultrasound System for the West Texas Veterans Affairs Health Care System's Orthopedic Department. This procurement aims to acquire essential ultrasound equipment, including the Sonosite PX Ultrasound System, transducers, power supplies, and training services, to enhance the quality of care provided to veterans, particularly for a wide variety of orthopedic cases. The contract is set aside for small businesses, with a delivery expectation of 45 days after receipt of order, and emphasizes compliance with federal acquisition regulations while prohibiting gray market or counterfeit items. Interested vendors can contact Shannon Robinson at shannon.robinson3@va.gov or Tommy Haire at Tommy.haire@va.gov for further details regarding the solicitation numbered 36C25725Q0227.
    J065-- Medtronic ValleyLab Electrosurgical Units PM Service **** With Cardinal Change****
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventive maintenance services for Medtronic ValleyLab Electrosurgical Units at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The contract, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, includes comprehensive services such as repair, loaner equipment, unlimited phone support, software updates, and the use of OEM-certified parts, ensuring compliance with industry standards. This initiative is crucial for maintaining the functionality of essential medical equipment that supports veteran care, with a total award amount estimated at approximately $34 million over a base period from December 30, 2024, to December 29, 2025, and two optional one-year extensions. Interested contractors must submit their offers by January 20, 2025, and can direct inquiries to Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825.
    BNOE Dual Action Ultrasonic/Shockwave Energy Lithotripsy System | NCO 4 Commodities 2 (VA-25-00033027)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Dual Action Ultrasonic/Shockwave Energy Lithotripsy System for the Wilmington VA Medical Center. This procurement aims to enhance urologic healthcare services for veterans by acquiring a system capable of fragmenting calculi and aspirating stone debris, featuring a single probe design and an integrated suction mechanism. The equipment is crucial for maintaining low surface temperatures during procedures and must comply with relevant medical standards. Interested vendors must submit their quotes and required documentation to Contract Specialist Joanne Skaff by 4:00 PM EST on January 17, 2025, with late submissions potentially disqualified from consideration.
    6515--NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ Scanning Systems utilizing Laser-Optical Coherence Tomography (OCT), specifically the CIRRUS 6000-HS models from Carl Zeiss Meditec, Inc. This procurement aims to enhance medical imaging capabilities within VA healthcare facilities, ensuring that veterans receive high-quality diagnostic services. The solicitation includes detailed requirements for pricing, delivery timelines, and compliance with federal standards, with proposals due by January 27, 2025, at 12 PM Eastern Time. Interested vendors should contact Contract Specialist Cyia Jones at cyiamaudia.jones@va.gov or 240-917-9690 for further information.
    Q522--Ultrasound Personnel Technical Support | Jackson, MS.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide ultrasound personnel technical support at the G.V. (Sonny) Montgomery Veterans Affairs Medical Center in Jackson, Mississippi. The procurement aims to identify certified ultrasound technologists, preferably with Registered Vascular Technologist (RVT) qualifications and a minimum of one year of experience, to deliver diagnostic ultrasound services, including patient interaction, exam processing via the VISTA system, and ensuring patient safety on-site and on-call. This opportunity is crucial for maintaining high-quality medical services for veterans, with a fixed-price contract anticipated for six months, potentially extendable for another six months, starting around March 1, 2025. Interested vendors must respond with their qualifications and company details by January 21, 2025, and can contact Nathan Carver at nathan.carver@va.gov for further information.
    6515--Fleet replacement of telemetry equipment, Shreveport, LA
    Veterans Affairs, Department Of
    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 brand name or equivalent Philips monitoring equipment, with a focus on interoperability and advanced features to enhance patient care and operational efficiency. The contract requires installation within 90 days of award, adherence to federal privacy regulations, and includes a site survey on January 28, 2025, with quotes due by February 4, 2025, at 2:00 PM CST. Interested parties can contact Tammy DeMille at tammy.demille@va.gov or T Miller at t.miller@va.gov for further information.
    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.
    6530--Medical Printers, 3CG Catheters, Rolling Carts with accessories
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of medical printers, 3CG catheters, and rolling carts with accessories to enhance healthcare services at the Phoenix VA Medical Center. The solicitation specifically requires the provision of brand-name medical equipment, including laptop-based ultrasound mounting trays and medical equipment roll stands, aimed at improving the efficiency of medical procedures. This acquisition is categorized as unrestricted, promoting participation from a diverse range of businesses, including those owned by women, service-disabled veterans, and HUBZone firms. Interested vendors must submit their offers by January 21, 2025, at 4:00 PM PST, and can direct inquiries to Contract Specialist Hanan McCullick at hanan.mccullick@va.gov.
    6515--554 | New Compression Device (VA-25-00015576)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of the Defender Portable Compression Device, specifically to Lovell Government Services, a service-disabled veteran-owned small business. This acquisition is driven by the urgent need for a compliant, cordless system that enhances deep vein thrombosis (DVT) prophylaxis and addresses deficiencies in existing care practices, ensuring improved health outcomes for veterans. The Defender Mobile Clot Prevention System is the only TAA-compliant option available on the Federal Supply Schedule, which is critical for maintaining continuity in patient care and operational efficiency within the VA system. Interested parties must express their capability to meet this requirement by 4:00 PM EST on January 17, 2025, and can contact Contract Specialist Chris Hollingsworth at Chris.Hollingsworth@va.gov for further information.