NX EQ Scanning System Ultrasonic Endoscopic
ID: 36C10G26R0005Type: 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

SDVOSB Sole Source (SDVOSBS)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Proposal (RFP) from the U.S. Department of Veterans Affairs (VA) outlines a nationwide requirements contract for the FujiFilm® Scanning System Ultrasonic Endoscopic or equivalent, including accessories, installation, training, warranty, and maintenance services. The contract, 36C10G26R0005, is unrestricted with a NAICS code of 334510 and a size standard of 1250 employees. Key dates include an offer due date of December 18, 2025, at 11:59 AM EDT. The period of performance consists of a 12-month base year and four 12-month option years. The document details contract administration, electronic invoice submission via Tungsten, and mandatory monthly and quarterly sales reporting. It also specifies terms and conditions regarding product refresh, removal, recall, and ordering limitations by designated VHA ELCM Ordering Officers. The VA reserves the right to evaluate and accept or reject replacement items and new technologies within the scope of the contract.
    The document outlines a federal government Request for Proposal (RFP) for medical equipment, specifically FujiFilm ARIETTA 850 ultrasound processors and extended warranties. It details CLINs (Contract Line Item Numbers) for the ultrasound system, including components like a foot switch, printer, various covers, an NDS ScaleOR converter, and essential cables. The RFP also specifies optional features such as Elastography, Shear Wave, Contrast Harmonic Imaging, and Detective Flow Imaging. The structure of the document indicates that vendors are required to complete yellow-highlighted sections, providing details on manufacturer names, part numbers, unit of measure, quantity per UOM, commercial pricing, and proposed unit prices for a base year and four option years. The pricing structure includes a 3% SLA (Service Level Agreement) and requests delivery days after receipt of order (ARO). The document emphasizes the total evaluated price across all years, indicating a comprehensive procurement process for these high-value medical devices and their associated services.
    The Department of Veterans Affairs (VA) Strategic Acquisition Center is seeking a contractor to provide FujiFilm® Arietta 850 or equivalent Endoscopic Ultrasonic Scanning Systems for VA medical centers. This is a "Brand Name or Equal" solicitation, requiring any alternative products to meet specific salient characteristics including B-mode, color Doppler, pulse wave, e-Flow, elastography, shear wave, and contrast-enhanced imaging. The system must also have FDA 510k approval, be cart-mountable for mobility, and include a minimum 12-month warranty. The contract will have a 12-month base period with four 12-month option periods. Vendors must demonstrate the ability to meet all requirements and provide detailed descriptions and literature for any offered equal products, including any planned modifications to meet solicitation requirements.
    This government file outlines mandatory contract clauses for the NX EQ Scanning System Ultrasonic Endoscopic procurement. Key aspects include electronic disclosure requirements for FAR clause 52.203-13, a 3.0% Service Level Agreement (SLA) fee embedded in prices, and quarterly sales reporting to the Strategic Acquisition Center (SAC). Contractors must remit SLA fees electronically via pay.gov within 60 days of the reporting quarter's end. The document also details liquidated damages for delays ($37.50 per day), ordering procedures, and order limitations (e.g., maximum order of 100 each or $750,000). It emphasizes that the contract is a Requirements contract, where the Government orders all specified supplies/services from the contractor, and includes an option to extend the contract term for a total duration not exceeding five years. Furthermore, it mandates post-award small business program rerepresentation, prohibits used/refurbished/gray market/counterfeit items, and sets aside the contract for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with strict compliance on subcontracting limitations. Additional clauses cover equipment manuals, compliance with Executive Order 13899, and packing for domestic shipment.
    This government solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), outlines instructions for submitting proposals for a Firm Fixed Price Requirements contract. Proposals must adhere to strict formatting guidelines, including specific file types and page limitations for Technical, Past Performance, Price, and Offer/Certifications volumes. Key requirements include meeting salient characteristics, providing OEM certifications, completing past performance references, and detailing pricing with a 3% SLA fee. Evaluation factors prioritize Technical, followed by Past Performance, then Price. Offerors must also complete various certifications regarding responsibility matters, tax liabilities, and small business status. All communications, including intentions to propose and questions, must be submitted via email to the Contract Specialist and Contracting Officer by the specified dates.
    This document is a reporting template for contractor sales of items to various VA healthcare facilities across multiple networks for QTR FY 2026. It lists numerous VA New England Healthcare System, New York/New Jersey VA Health Care Network, VA Pittsburgh Healthcare System, VA Capitol Health Care Network, VA Mid-Atlantic Health Care Network, VA Southeast Network, VA Sunshine Healthcare Network, VA MidSouth Healthcare Network, VA Health Care System, VA Great Lakes Health Care System, VA Heartland Network, South Central VA Health Care Network, VA Heart of Texas Health Care Network, Rocky Mountain Network, Northwest Network, Sierra Pacific Network, Desert Pacific Healthcare Network, and VA Midwest Health Care Network facilities, identified by VISN and facility numbers. The template includes fields for contractor and contract information, line item details, pricing (inclusive of SLA fees), and quantity sold per item. It also provides sections for reporting total quarterly quantity sold, total quantity sold of all items, total quarterly sales with and without SLA fees, and anticipated/received SLA amounts. The document indicates that all quantity sold of items are 0, and all monetary values are $0.00, suggesting it is a blank form for future reporting.
    The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) has issued Attachment F, a Past Performance Questionnaire (Solicitation No. 36C10G26R0005) for the NX EQ Scanning System Ultrasonic Endoscopic – FujiFilm® Arietta 850 or equal. This questionnaire is to be completed by references for offerors bidding on the contract. References are required to rate offerors on Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, using a 1-3 scale (Unsatisfactory, Satisfactory, Excellent) with detailed guidelines. The questionnaire also asks for general contract information, including whether any show cause, stop work, or termination orders were issued. References must submit the completed questionnaire via email to Cyiamaudia.Jones@va.gov by December 18, 2025, at 11:59 AM EST, and indicate their overall satisfaction and willingness to work with the offeror again.
    Attachment G, titled "PAST PERFORMANCE REFERENCE NX EQ Scanning System Ultrasonic Endoscopic" for Solicitation 36C10G26R0005, is a standardized form for offerors to provide detailed information about their past performance. The document requires offerors to submit up to three past performance references, detailing projects relevant to the solicitation's requirements. For each reference, offerors must identify the performing company, their relationship to the offeror (offeror or subcontractor), and their role on the contract (prime or subcontractor). Key contract details such as the contracting organization, contract/task order number, contract type, total awarded price/cost, and delivery/period of performance dates are also required. Additionally, the form requests contact information for the Contracting Officer and Program Manager, the NAICS code, and whether CPARS/PPIRS reports were completed. A crucial section requires a concise description of the work performed and an explanation of any performance issues, corrective actions taken, and the results of those actions. The document also provides an option to indicate
    Attachment H, titled "Certification of Recall or Safety Issues," is a mandatory form for quoters responding to Solicitation Number 36C10G26R0005 for an NX EQ Scanning System Ultrasonic Endoscopic. This certification requires companies to affirm that the medical equipment being quoted has no outstanding recalls, known safety issues, and complies with all relevant regulations and standards. It also requires confirmation that the equipment has been thoroughly checked for safety and performance. An authorized company representative must sign and date the form, providing their name, title, and the company's Unique Entity Identifier (UEI). The document emphasizes that providing false information can lead to disqualification and legal penalties, underscoring the importance of product safety and regulatory compliance in federal government procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    Request for Information Scope Lease
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for leasing and maintaining various medical scopes and supporting equipment, as outlined in the Request for Information (RFI) 36C25526Q0095. The procurement aims to identify capabilities for providing state-of-the-art Urology, ENT, gastroscope, and bronchoscope equipment, including advanced features such as AI capabilities and high-performance video filtering, along with necessary ancillary equipment. This initiative is crucial for enhancing medical services within VA Medical Centers, ensuring access to modern medical technology. Interested companies must respond by December 5, 2025, at 3:00 PM (CST), and should provide relevant company information and capabilities via email to Jessica D. Barton at jessica.barton1@va.gov. All respondents must be registered in SAM, and the NAICS code for this acquisition is 532490, with a small business size standard of $40 million.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    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.
    J065--Olympus EBUS and EUS Endoscopy Repair and Maintenance at Clement J. Zablocki VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract to Olympus America, Inc. for the repair and maintenance of EBUS and EUS endoscopes at the Clement J. Zablocki VA Medical Center. This procurement is necessary as Olympus America, Inc. is the only authorized vendor capable of servicing these specific medical devices, which are critical for endoscopic procedures. The contract will be a firm fixed price for a one-year base period with two additional one-year options, and interested firms must submit written notifications and supporting evidence, including authorization from the Original Equipment Manufacturer, to Contracting Officer Joni Dorr at joni.dorr@va.gov by December 5, 2025, at 10:00 AM Central Time.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    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.
    J065-- Service Contract for Bruker
    Buyer not available
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.