Pentax Portable FEES Unit - Brand Name or Equal
ID: FA442725QZ020Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

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 Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals for a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) unit, aimed at enhancing the capabilities of the Speech Pathology service at the David Grant Medical Center. This specialized medical equipment is essential for evaluating swallowing and laryngeal function in patients who cannot be safely transported, requiring high-resolution digital recording, compatibility with existing Pentax equipment, and compliance with DICOM standards. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman Owned, must submit their responses by February 24, 2025, detailing their capabilities and contact information. For further inquiries, potential vendors can reach out to SrA Nadine Umunyana at nadine.umunyana.1@us.af.mil or 707-424-7793.

    Point(s) of Contact
    Files
    Title
    Posted
    The Travis Air Force Base's 60th Contracting Squadron issued a Sources Sought notice for a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) unit to support the Speech Pathology service at David Grant Medical Center. This high-resolution endoscopic device is crucial for evaluating swallowing and laryngeal function in patients who cannot be safely transported for assessments. The government seeks information on the availability of potential suppliers, focusing on small businesses, including those classified as Small Disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman Owned. The Sources Sought is purely informational and does not signify a commitment to contract or fund any responses. Interested parties must submit their responses by 24 February 2025, along with specific business details, capabilities, and a point of contact. The document emphasizes that Travis AFB has no obligation to procure items discussed, and all submissions will be treated as government property without return. This initiative aligns with the government’s effort to identify potential vendors within the parameters of federal RFPs and grant applications.
    The David Grant Medical Center at Travis Air Force Base requires a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) unit to assist in evaluating swallowing and laryngeal function, particularly for patients unable to be safely transported. This equipment will primarily serve the Speech Pathology service but will also be accessible to Ear Nose Throat (ENT) providers. The RFP outlines specifications for the unit, stipulating high-resolution digital recording and imaging capabilities, compatibility with existing Pentax equipment, and compliance with Digital Imaging and Communications in Medicine (DICOM) standards. Additionally, the endoscope must feature a 3mm diameter for patient comfort and the ability to capture high-definition video. The unit should be mobile for transport within the hospital and include a 21” HD monitor for easy viewing. Training for staff is also part of the delivery requirements. This document represents an official request for proposals aimed at acquiring specialized medical equipment that will enhance patient care and operational efficiency in the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--Supply: HD Video Processor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking responses from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) for the supply of a medical high-definition video processor equivalent to the Pentax EPK300. The procurement aims to acquire various medical instruments and support equipment, including an HD video processor, nasolaryngoscopes, a laryngeal strobe, and a digital capture device, to enhance healthcare services for veterans at the James A. Haley Veterans Hospital in Tampa, Florida. This initiative underscores the government's commitment to engaging veteran-owned businesses in the procurement process, ensuring that veterans receive the necessary medical equipment for their care. Interested vendors must submit their capability statements and an authorization letter from the Original Equipment Manufacturer (OEM) by February 18, 2025, and can contact Contract Specialist Leonora Simmons at leonora.simmons@va.gov or 813-972-7592 for further information.
    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.
    Non-Invasive Ventilators "Brand name or equal" - Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for the procurement of eight Non-Invasive Ventilators, preferably the Nihon Kohden NK330 model or an equivalent, along with necessary accessories and staff training. These ventilators are crucial for providing non-invasive ventilation and high flow oxygen therapy to both adult and pediatric patients, featuring integrated dual HEPA filtration and continuous monitoring capabilities. Interested small businesses must submit their quotes by February 28, 2025, ensuring compliance with the outlined technical specifications and pricing criteria, with the primary contact for inquiries being Juliet Diggs at juliet.diggs.1@us.af.mil or 707-424-7772.
    Pulse Oximeter-Fingertip, Aeromedical Certified
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to establish a Qualified Suppliers Listing (QSL) for the MW-2406-37 Pulse Oximeter-Fingertip, Aeromedical Certified. This procurement aims to identify suppliers capable of providing aeromedical certified pulse oximeters for use in Military Treatment Facilities (MTFs) across the Military Health System (MHS), with an estimated annual sales volume of $1,293,929 based on historical data. Vendors must comply with stringent requirements, including possession of a Distribution and Pricing Agreement (DAPA), FDA compliance, and adherence to specific product specifications, with submissions due by February 20, 2025. Interested vendors should direct inquiries to Mr. Riley Whittlesey or Mr. David Sheaffer via email, ensuring all documentation is submitted by the specified deadline to be considered for inclusion in the QSL.
    6525--EPIQ X8-2t Transducers - Replacement TEE Probes West Palm Beach VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide two EPIQ X8-2t Transducer replacements for the West Palm Beach VA Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires that interested vendors be registered on Vetbiz.gov, as well as being authorized dealers of the original equipment manufacturer, Philips Healthcare. The transducers are critical medical imaging equipment that supports the healthcare services provided to veterans, ensuring compliance with the Buy American Act. Quotations must be submitted by 4:00 PM EST on February 14, 2025, with evaluations based on technical acceptability, past performance, and price. For further inquiries, vendors can contact Contracting Officer John Quijada Jr. at john.quijadajr@va.gov or by phone at 561-662-1845.
    VerifitVF-2 Hearing Tester, Audio scan Noah module
    Buyer not available
    The Department of Defense, specifically the Army, is seeking suppliers for the procurement of two Verifit VF-2 Hearing Testers and associated Audioscan Noah modules to enhance hearing aid testing capabilities for Soldiers at Ft. Liberty. This acquisition is critical as the current equipment is undergoing repairs, and the new analyzers will facilitate simultaneous testing by different providers, thereby improving service delivery for personnel with hearing impairments. Interested vendors must be registered in the System for Award Management (SAM) and comply with NAICS code 423450, with responses to the Request for Information (RFI) due by February 17, 2025. For further inquiries, suppliers can contact Kimberly Jackson at kimberly.r.jackson.civ@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    6515--Karl Storz Endoscopy Lease with Service Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract to lease Karl Storz endoscopic equipment along with comprehensive service support for the Tennessee Valley Healthcare System. The contract aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) agreement that spans five years, focusing on the provision of high-definition imaging technology and minimally invasive surgical tools, which are critical for enhancing patient care in veteran healthcare facilities. Interested contractors must ensure compliance with federal regulations, maintain equipment per manufacturer specifications, and provide onsite specialists for operational support and training. For further inquiries, potential bidders can contact Contracting Officer Robert Pitre at robert.pitre@va.gov or by phone at 615-225-5978.
    6515--GI, ENT NEW IDIQ 5 year contract
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to submit quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the procurement of medical scopes for the Veterans Integrated Service Network (VISN) 22. This contract aims to establish a flexible procurement framework for high-quality, FDA-approved medical scopes, including those used in gastrointestinal and pulmonary procedures, with a guaranteed minimum value of $1,000 and a maximum potential value of $45 million over a five-year period. The selected contractor will be responsible for providing equipment that meets strict performance standards, including installation, training, and maintenance services, ensuring operational readiness across multiple healthcare facilities. Interested vendors must submit their proposals electronically by February 20, 2025, and can direct inquiries to Carlo Manuel at carlo.manuel@va.gov or by phone at 562-503-7111.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Vaginal Specula Disposable
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Disposable Vaginal Specula. This initiative aims to solicit information and products for evaluation, focusing on single-use, sterile and non-sterile Pederson style vaginal specula in various sizes, which will be utilized in outpatient OB/GYN, emergency department, or urgent care settings, excluding surgical procedures. Interested vendors must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and ensure compliance with the Trade Agreements Act (TAA), with the QSL Announcement expected to be released on or about February 2, 2025. For further inquiries, vendors can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil or the MMESO Enterprise Wide Standardization at dha.detrick.med-log.mbx.mmeso@mail.mil.