6515--NX EQ Infusion Pumps Multitherapy Ambulatory
ID: 36C10G25Q0081Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

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 for the procurement of NX EQ Infusion Pumps Multitherapy Ambulatory, specifically targeting Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The solicitation aims to acquire infusion pumps that can deliver various therapies in both hospital and home settings, enhancing patient care across VA Medical Centers nationwide. This procurement is critical for ensuring efficient and portable infusion therapy solutions, with proposals due by June 23, 2025, at 11:59 PM ET. Interested vendors should contact Contracting Officer Kimberly LeMieux at Kimberly.LeMieux@va.gov for further details and must ensure compliance with federal acquisition regulations throughout the bidding process.

    Point(s) of Contact
    Kimberly LeMieuxContracting Officer
    Kimberly.LeMieux@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting proposals for ICU Medical® brand name or equivalent Infusion Pumps Multitherapy Ambulatory through solicitation number 36C10G25Q0081. This combined synopsis/solicitation outlines the requirement for purchasing infusion pumps to be used in VA Medical Centers nationwide, under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are requested primarily for ICU Medical® brand pumps that deliver various therapies and can be utilized in both hospital and home settings. The contract will be awarded based on technical capabilities and pricing, covering a base year plus four optional years. Interested vendors must register in the System for Award Management (SAM) prior to submitting proposals, which are due by June 16, 2025. A series of salient characteristics must be met, including FDA clearance, mountability, patient-controlled analgesia capability, and audio alarm features. Additionally, vendors should submit supporting literature for offered products and warranties. This procurement aims to enhance patient care with efficient and portable infusion therapy solutions while adhering to federal acquisition regulations and standards.
    The document is an amendment to a combined solicitation by the U.S. Department of Veterans Affairs for NX EQ Infusion Pumps Multitherapy Ambulatory. It outlines key aspects of the solicitation, including the response date set for June 16, 2025, and the emphasis on patient safety through evaluation of FDA recall data and safety performance of proposed products. Specific queries regarding pre-award recall screening, safety record weighting in source selection, and the possibility of demonstrations highlight the evaluation criteria for potential suppliers. The document specifies that while FDA-approved products are mandatory, additional supplementary documentation is encouraged. Fielding and training proposals must align with the ordering facility's needs but will not be formally evaluated. Quoters are instructed to submit four distinct volumes, including technical aspects, past performance specific to infusion pumps, and pricing. Notably, the amendment addresses various clarifications and procedural guidelines, reinforcing the VA’s standards and requirements for this procurement process. This solicitation aims to ensure high-quality infusion pumps that optimize patient safety and meet stringent evaluation criteria.
    The document is an amendment to a previous solicitation concerning the procurement of NX EQ Infusion Pumps for multitherapy ambulatory use by the U.S. Department of Veterans Affairs (VA). The primary purpose of this amendment is to extend the submission due date for the solicitation, now set for June 18, 2025, at 11:59 PM Eastern Time. The solicitation falls under the Product Service Code 6515 and the NAICS Code 339112, indicating it pertains to medical equipment. The contracting office is located in Fredericksburg, Virginia, and is part of the VA Strategic Acquisition Center. This document serves as a formal notification to potential bidders about the new deadline and underscores governmental efforts to ensure timely acquisition of necessary medical devices for veterans' healthcare. Although Recovery Act funds are not being utilized for this procurement, the amendment highlights the importance of maintaining communication and providing updates within the framework of federal solicitations.
    The document serves as an amendment to a prior combined solicitation (36C10G25Q0081) pertaining to the procurement of NX EQ Infusion Pumps for the U.S. Department of Veterans Affairs. Set to close on June 18, 2025, at 11:59 PM Eastern Time, this solicitation is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The amendment corrects an error noted in Amendment 0002 but maintains the original SDVOSB set-aside status. The contracting office is located in Fredericksburg, Virginia, with nationwide performance expectations, and the contact for inquiries is Contracting Officer Kimberly LeMieux. This document is part of the federal government's RFP processes, focusing on enhancing service provision through qualified small businesses, specifically those owned by service-disabled veterans.
    The document outlines an amendment to the solicitation number 36C10G25Q0081 for the procurement of NX EQ Infusion Pumps for the U.S. Department of Veterans Affairs. The amendment primarily serves to extend the due date for responses, now scheduled for June 23, 2025, at 11:59 PM Eastern Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is classified under the product service code 6515, with the corresponding NAICS code being 339112. The contracting office is located in Fredericksburg, Virginia, and is managed by Contracting Officer Kimberly LeMieux. The solicitation requires that responses be submitted within a specified timeline, indicating the federal government's structured approach to vendor selection and procurement processes. This amendment reflects the government's intent to ensure adequate time for potential vendors to prepare and submit their proposals.
    This document outlines a federal Request for Proposals (RFP) for various ICU Medical products, specifically the CADD-Solis Ambulatory Infusion systems and associated components. It lists multiple items, including different models of ambulatory infusion pumps, medication safety systems, remote dose cords, and polemount accessories, each identified by a unique part number. The document specifies required quantities and measures for each item across a base year and four option years. Vendors are instructed to complete highlighted sections related to pricing and delivery timelines after receipt of orders. The pricing structure includes estimates for commercial pricing, total prices factoring in a service level agreement (SLA), and delivery expectations, emphasizing the importance of accurate information for contract evaluation. This RFP serves to procure essential medical equipment to enhance healthcare services, illustrating a commitment to maintaining quality medical support through structured procurement processes.
    The document outlines the contract administration and invoice submission processes for a contract with the U.S. Department of Veterans Affairs focused on the procurement of Infusion Pumps Multitherapy Ambulatory. It designates key points of contact, including the Contracting Officer, Contracting Officer Representatives, and other relevant personnel. All payments will be handled electronically, following standards set by the Improper Payment Elimination and Recovery Act of 2010 (IPERA). Contractors are required to submit monthly invoices electronically, and detailed guidelines for invoice submission through the Tungsten network are provided. The document also delineates terms and conditions regarding order limitations, obligations of the Government and Contractor, and the process for delivery and acceptance of goods. Further, it emphasizes the significance of accurate reporting, mandating monthly and quarterly sales reports using specific templates. The instructions ensure compliance and efficient communication between contractors and the Government, facilitating the procurement process while adhering to regulatory standards. Overall, maintaining well-defined procedures fosters transparency and accountability within federal contract administration.
    The document is a Request for Quote (RFQ) for the provision of NX EQ Infusion Pumps for the Department of Veterans Affairs. It outlines necessary contract clauses including mandatory disclosures, service level agreements, quarterly sales reporting, and compliance with various federal acquisition regulations. Key points emphasize the requirement for contractors to report sales quarterly, remit service level agreement fees, and maintain documentation for audit purposes. There are stipulations against subcontracting limitations, emphasizing support for veteran-owned businesses. Liquidated damages for non-compliance or delivery delays are set at $37.50 per day. Certain clauses prohibit the provision of gray market or counterfeit items, ensuring only OEM products are supplied. The contract also addresses compliance with various executive orders and mandates a commitment to sustainability practices. Overall, the RFQ highlights the government's focus on maintaining high standards in procurement and supporting service-disabled veteran-owned businesses, aligning with broader federal acquisition policies.
    The Request For Quote (RFQ) 36C10G25Q0081 seeks vendors to supply NX EQ Infusion Pumps for the Department of Veterans Affairs. Key requirements include representations on telecommunications equipment, assurance of supplier integrity, and thorough past performance documentation. The solicitation outlines mandatory compliance with federal statutes prohibiting covered telecommunications equipment and mandates certifications regarding tax liabilities and felony convictions. Proposals must consist of technical, past performance, price, and offer documents submitted electronically by a specified deadline, following strict formatting guidelines. The RFQ emphasizes the importance of meeting salient characteristics to ensure a competitive evaluation, where technical capability is prioritized over price, signifying a best-value approach. The government will assess quotes based on technical performance, past experiences, and pricing. All submissions must include proofs of compliance and certifications aligned with federal requirements. This solicitation represents a commitment to acquiring quality medical equipment in support of veteran health care provision through strict procurement regulations.
    The document details a comprehensive listing of contractors, their respective contract numbers, and line item descriptions related to the U.S. Department of Veterans Affairs (VA) healthcare system. It includes various contracts across multiple Regional Healthcare Networks, covering locations from Togus, Maine, to various facilities in Puerto Rico and the West Coast. The focus of the document centers on sales related to medical services and products, providing a structured format detailing facility addresses, quantities sold, and pricing information. Total quarterly sold quantities and anticipated sales amounts, including those with service-level agreement (SLA) fees, are outlined, emphasizing the importance of accurate reporting in compliance with federal grant measures and RFPs. The document serves to operationalize and monitor contract performance and sales metrics within the mechanism of VA healthcare services, ensuring accountability across multiple states and facilities. It identifies the necessity of SLAs and supports the VA's aim for efficient healthcare delivery and resource management.
    The document pertains to the solicitation 36C10G25Q0081, concerning the provision of infusion pumps for multi-therapy ambulatory use, and focuses on the Past Performance Reference section required for government contracting. Offerors must provide detailed information regarding prior work relevant to this solicitation, including their relationship to the contract (as either a prime contractor or subcontractor), contract details, total costs, and contacts for the contracting officer and program manager. Key elements to be addressed include the description of work performed, any performance issues encountered, and corrective actions taken. Additionally, the document emphasizes the need for transparency regarding past performance evaluations, as recorded in the Contractor Performance Assessment Reporting System (CPARS) or Past Performance Information Retrieval System (PPIRS). This structured approach ensures that offerors provide comprehensive and relevant data to assess their capabilities and reliability in delivering the required services and products outlined in the solicitation. Overall, this file plays a critical role in the procurement process, aiming to facilitate informed decision-making by the contracting agency.
    The Department of Veterans Affairs (VA) is seeking past performance evaluations for offerors responding to Solicitation No. 36C10G25Q0081 for ICU Medical® Brand Name or Equal Multitherapy Ambulatory Infusion Pumps. The Past Performance Questionnaire aims to collect assessments from references provided by offerors to determine their competency in various performance categories, including quality of service, cost control, timeliness, and business relations. Evaluators will score offerors based on a three-tier rating system ranging from unsatisfactory to excellent and will solicit feedback regarding the offeror's compliance, effectiveness in cost management, punctuality, and overall business interactions. Feedback from references is requested by email no later than June 12, 2025, to support the VA's contract award decision. The structured questionnaire includes sections for detailed contact information, contract performance specifics, and ratings for each performance category, fostering a thorough evaluation process of past agreements to guide future selections.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    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.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    B. Braun Infusomat Large Volume Infusion Pumps
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for B. Braun Infusomat Large Volume Infusion Pumps. These infusion pumps are critical medical equipment used in healthcare settings to deliver fluids, medications, and nutrients to patients in a controlled manner. The procurement is categorized under hospital furniture, equipment, utensils, and supplies, indicating the importance of these devices in supporting military medical operations. For further inquiries, interested parties can contact Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126.
    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.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.