6515--LAPAROSCOPIC SYSTEM FOR BECKLEY VAMC. "BRAND NAME OR EQUAL TO STRYKER IAW SOW" OEM LETTER FROM MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
ID: 36C24525Q0522Type: Sources Sought
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 qualified vendors to provide a laparoscopic system for the Beckley VA Medical Center, specifically a "brand name or equal to Stryker." The procurement aims to replace outdated laparoscopic towers in operating rooms with comprehensive systems that include cameras, controllers, light sources, and various surgical instruments, ensuring high-definition visualization and integration with existing medical systems. This initiative is crucial for enhancing surgical capabilities and improving healthcare services for veterans. Interested vendors must submit their responses, including an OEM authorization letter, by May 23, 2025, at 3:00 PM (EST) 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 Beckley VA Medical Center seeks to acquire a laparoscopic system, specifically a "brand name or equal to Stryker," as detailed in the Request for Information (RFI). This procurement involves replacing outdated laparoscopic towers in operating rooms with comprehensive systems that include cameras, controllers, light sources, and various surgical instruments. The contractor must deliver within 90 days post-award and requires an OEM letter from the manufacturer to validate responsiveness. Responses must include company size, business status, and technical capabilities related to the equipment. The contract aims for a Firm-Fixed Price arrangement and necessitates that prospective vendors are registered in the System for Award Management (SAM). The document outlines installation, training, warranty, and quality assurance requirements, ensuring that all necessary components are functional and meet the specified criteria for use in VA operations. The notice serves as market research to identify potential suppliers and aid government acquisition decisions, marking an important step in the VA's effort to enhance medical services for veterans.
    The document outlines a Request for Proposal (RFP) for the acquisition of various surgical and medical instruments, specifically brand-name or equivalent products by Stryker. It details a firm-fixed price contract for multiple items, including camera control units, LED light sources, various surgical displays, endoscopes, and sterilization trays, among others, all categorized under the principal NAICS code for Surgical and Medical Instrument Manufacturing. Each item includes its quantity, local stock number, and manufacturer part number, demonstrating a precise inventory requirement for medical facilities. The request emphasizes adherence to standards outlined in the Statement of Work (SOW) while focusing on ensuring quality services and supplies in the medical field. This RFP serves to facilitate procurement processes for healthcare entities looking to modernize or enhance their surgical operations, underpinning the emphasis on standardized and reliable medical equipment.
    The Beckley VA Medical Center seeks to procure a laparoscopic system to replace outdated equipment in their operating rooms. This Request for Proposal (RFP) includes a comprehensive statement of work detailing the necessary components such as cameras, controllers, monitors, and insufflators, as well as the installation, training, and warranty requirements. The contractor must deliver and complete systems configuration within 90 days of contract award, ensuring compliance with FDA standards for medical equipment. Key specifications include high-definition visualization for surgical procedures and integration capabilities with existing systems at the facility. Contractors must demonstrate prior experience in similar hospital settings, provide an OEM authorization letter, and guarantee adherence to safety regulations. Evaluation criteria for proposals encompass technical capability, pricing, past performance, and adherence to trade agreements. This procurement reinforces the VA's commitment to providing modern medical technologies in support of veteran healthcare services.
    The Beckley VA Medical Center is issuing a Request for Proposal (RFP) for a laparoscopic system, detailing technical and performance requirements for potential vendors. The submission is divided into five volumes: 1. **Technical Capability**: Vendors must demonstrate the ability to provide required components of the laparoscopic system, particularly focusing on camera system quality, perfusion visualization, monitor specifications, imaging capabilities, and compatibility with existing systems. 2. **Price**: A price/cost schedule must be completed by the offeror. 3. **Past Performance**: Offerors should provide three relevant references from the past five years, including contact information, to assess experience in comparable hospital settings. 4. **Trade Agreement Certificate**: A certificate outlining the country of origin for all line items is mandatory. 5. **OEM Authorized Distributor Letter**: Proof of authorization from the manufacturer is required; failure to provide this will disqualify the vendor. The RFP emphasizes recent, relevant experience and compliance with specified standards for evaluating the technical and performance capabilities of the bidders, reinforcing the government's commitment to quality and effective healthcare solutions.
    The document outlines the Trade Agreements Certificate, which requires the offeror to certify that each end product is a U.S.-made or designated country end product, except for specified exceptions. The offeror must list any products not meeting these criteria, detailing their country of origin. Evaluation of offers will follow the Federal Acquisition Regulation's policies, with a particular focus on World Trade Organization Government Procurement Agreement-covered items. In such cases, U.S.-made and designated country products are considered without the constraints of the Buy American statute. The government will only consider offers of compliant products unless the contracting officer finds no qualifying offers or insufficient quantities to meet solicitation needs. This provision is a crucial component in government Requests for Proposals (RFPs), ensuring adherence to trade agreements while promoting domestic manufacturing and compliance.
    The VAAR 852.212-71 clause outlines procurement requirements for supplies and equipment by emphasizing the prohibition of gray market and counterfeit items. Specifically, it mandates that all items provided must be new and sourced from Original Equipment Manufacturers (OEMs), with no used, refurbished, or remanufactured products allowed. Gray market items, which are OEM goods sold outside authorized territories or by unauthorized dealers, are also strictly prohibited. Furthermore, counterfeit items, characterized by unauthorized reproductions or misrepresentations, must not be provided. Vendors are required to be recognized as OEMs or authorized dealers and must supply documentation to verify their status, ensuring that all software and warranty services adhere to OEM terms. This clause is part of a broader effort in government RFPs and procurement processes to ensure quality, compliance, and reliability in the acquisition of goods and services, thereby safeguarding against potential fraud and substandard products.
    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--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    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--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    6515--VELYS ROBOTIC ORTHO KNEE REPLACEMENT SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to Depuy Synthes Sales Inc for the provision of the VELYS Robotic Assisted Knee System, which is essential for knee replacement procedures at the Veterans Affairs Long Beach Healthcare System (VALBHS) in Long Beach, CA. This procurement is justified under FAR 6.302-1, as Depuy Synthes Sales Inc is the sole manufacturer of the VELYS system, which is exclusively compatible with the existing Depuy Attune Knee System utilized at the facility. The VELYS Robotic Assisted Knee System is critical for enhancing the precision and effectiveness of knee surgeries performed at VALBHS. Interested parties may submit documentation demonstrating their capabilities by 9:00 AM PT on December 29, 2025, to Jonathan C. Ford at Jonathan.Ford1@va.gov, as the government will consider these responses to determine if a competitive procurement is feasible. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    6515--Revises eOffer, GSAR/FAR, SubK Template, Sig Auth, Price Prop Sprdst & Wage Determ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to revise various procurement documents, including the eOffer, GSAR/FAR, Subcontract Template, Signature Authorization, Price Proposal Spreadsheet, and Wage Determination related to medical and surgical instruments. This procurement aims to ensure compliance and streamline processes within the Surgical and Medical Instrument Manufacturing sector, which is critical for providing high-quality healthcare services to veterans. Interested vendors can reach out to the FSS Service Helpdesk at fss.help@va.gov or call 708-786-7737 for further information regarding this opportunity. The notice is categorized as a Combined Synopsis/Solicitation under NAICS code 339112 and PSC code 6515.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    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.