6515--SURGICAL EQUIPMENT LEASE
ID: 36C26224Q1817Type: Combined Synopsis/Solicitation
AwardedSep 26, 2024
$1.9M$1,865,031
AwardeeBEACON POINT ASSOCIATES LLC CAPE CORAL 33991 FLK
Award #:36C26224P2464
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is soliciting offers for the lease of surgical equipment through an unrestricted Request for Quotation (RFQ) identified as 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, such as digital capture devices, camera control units, and advanced surgical tools, with specific requirements for high-resolution imaging, EHR connectivity, and maintenance services over a base period and three optional renewal years. This initiative is critical for ensuring that healthcare providers have access to modern surgical equipment that meets operational standards and improves patient outcomes. Proposals are due by September 19, 2024, at 4:00 PM Pacific Time, and interested vendors should direct inquiries to Contracting Officer Deronte Reid via email.

    Point(s) of Contact
    Deronte ReidContracting Officer
    Emails Only
    Deronte.reid@va.gov
    Files
    Title
    Posted
    This document is an amendment to a prior combined solicitation from the Department of Veterans Affairs, specifically concerning the lease of surgical equipment. The contracting office, located in Long Beach, California, has issued a Request for Quotation (RFQ) number 36C26224Q1817, with a response deadline set for September 19, 2024, at 4:00 PM Pacific Time. The amendment primarily updates the attachment detailing the schedule of items and extends the closing date for offers. This RFQ is described as unrestricted and is focused on supplies. Interested parties are instructed to respond via email to the designated contracting officer, Deronte Reid, who is the point of contact for any inquiries related to this solicitation. The place of performance for the contract will be at the VA Loma Linda Healthcare System. Additional documents, including the specific changes made by the amendment and updated item specifications, are referenced and attached for review, ensuring that potential bidders have the necessary information to submit their proposals effectively.
    The Department of Veterans Affairs (VA) is soliciting offers for the lease of surgical equipment through an unrestricted Request for Quotation (RFQ), identified by solicitation number 36C26224Q1817. Submissions are due by September 18, 2024, at 4:00 PM Pacific Time. The contract will be executed at the VA Loma Linda Healthcare System in California. Interested parties can find more details and the complete opportunity description by reviewing the attached documents, which include specific requirements such as a statement of work, salient characteristics, and a schedule of items with specifications. The contract office is located in Long Beach, CA, and inquiries should be directed to the Contracting Officer, Deronte Reid, via email. This solicitation aims for full and open competition, fostering equal opportunities for all prospective vendors in line with federal contracting requirements.
    The RFQ: 36C26224Q1817 outlines the requirements for providing surgical equipment on a lease basis to the VA Loma Linda Healthcare System. The contractor is responsible for leasing, maintaining, and repairing surgical equipment critical for minimally invasive procedures. The contract spans one base year with three optional renewal years, requiring full operation within 120 days of award. Contractors must offer complete preventative maintenance and repair services, with qualified technicians available on-site during and outside regular hours. Essential services include parts supply, diagnostics, and training for VA personnel on the equipment usage. The VA retains the option to purchase leased equipment for $1 at contract termination. The contractor must adhere to stringent safety and information security standards, ensuring compliance with VA regulations. Additionally, insurance coverage for liability and worker’s compensation is mandatory, with specific reporting requirements for service rendered. This document serves as a formal solicitation to ensure quality and accountability in the provision of necessary surgical equipment, showcasing the government’s commitment to healthcare service excellence.
    The document RFQ: 36C26224Q1817 outlines the requirements for leasing specialized surgical equipment to enhance surgical procedures at healthcare facilities. The request includes a variety of devices such as a Digital Capture Device, Camera Control Unit, Light Source, Surgical Camera, and various advanced surgical tools like power drills and ultrasonic aspirators. Key features specified include high-resolution imaging capabilities (4K and HD), seamless integration with hospital information systems, customizable user profiles for surgeons, and enhanced safety measures. Additional requirements include EHR connectivity for secure patient information management and media management for surgical recordings. The overall goal is to ensure that supplied equipment meets modern surgical standards, supports minimally invasive techniques, and is compatible with existing hospital systems. The thorough specifications reflect the government's commitment to improving surgical outcomes and operational efficiency in medical settings.
    The document outlines a government Request for Proposal (RFP) related to the leasing of various surgical equipment and tools. It lists numerous items with manufacturer part numbers and descriptions, indicating the quantities needed for each equipment type, such as the CORE 2 Console, surgical attachments, drilling tools, cameras, and related surgical devices. Specific items include different types of motors, drivers, saws, and specialized instruments, along with supporting accessories like batteries, collets, and surgical displays. Additionally, the document addresses service maintenance and monthly payment plans for upkeep under the ProCare programs, emphasizing long-term commitment to equipment functionality. The structured inventory showcases the extensive requirements for surgical operations, highlighting the federal government's investment in healthcare infrastructure and technology. This RFP aims to solicit proposals that will enhance surgical efficiency and patient care, reflecting the government's role in procuring necessary medical equipment for public health use. By seeking these proposals, the document underscores the importance of quality medical tools in modern healthcare settings.
    The document serves as a provision for Offeror Representations and Certifications pertinent to federal government RFPs, emphasizing the completion requirements aligned with the System for Award Management (SAM). It outlines necessary definitions, including "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and "sensitive technology," among others. The Offeror must affirm compliance with various representations, including but not limited to, their status as a small business, veteran-owned, or women-owned entity. Additionally, it addresses critical factors such as anti-child labor policies, Buy American requirements, and business operations pertaining to Sudan, Iran, and inverted domestic corporations. The document stipulates annual representations, certification processes, and mandates compliance with federal tax regulations and labor standards. Essentially, this framework underscores the federal objective of promoting equitable business opportunities and ensuring that government contracting practices align with legal and ethical standards. By delineating the specific requirements, it aims to foster transparency and accountability in governmental contracting and grant processes across various jurisdictions.
    This document is an amendment to a solicitation from the Department of Veterans Affairs, specifically related to a request for proposal (RFP) for surgical equipment lease. It outlines an amendment to solicitation number 36C26224Q1817, effectively adding new line items to the existing schedule of items and extending the RFQ closing date to September 19, 2024, at 4:00 PM PST. Notably, updates to Attachment C include modifications on various items, increasing the total number of Contract Line Item Numbers (CLINs) to 138. The amendment requires all offerors to acknowledge receipt and incorporate the changes in their proposals. The document emphasizes the importance of timely acknowledgment to ensure offer consideration and highlights that existing terms and conditions remain unchanged except where noted. Deronte Reid, the contracting officer, digitally acknowledges the amendment. This amendment serves to clarify and expand requirements while ensuring compliance in the procurement process.
    The document RFQ: 36C26224Q1817 is a solicitation by the U.S. Department of Veterans Affairs for leasing surgical equipment with maintenance and protective coverage for the VA Loma Linda Healthcare System. It follows the guidelines of the Federal Acquisition Regulation (FAR) and is classified as an unrestricted request for quotation (RFQ) with the intent to award a single Firm-Fixed Price contract. Interested parties must comply with specific technical specifications, including brand-name specifications for the manufacturer STRYKER or equivalent products. The document outlines categories of required services, including a monthly surgical equipment lease, instruments maintenance, endoscope maintenance, and communications coverage over a base period and three option years for potential contract extension. A detailed Statement of Work, salient characteristics, and schedule of items will specify performance requirements. Proposals must be submitted electronically by a specified deadline with adherence to FAR provisions, and vendors are required to provide an Authorized Distributor Letter from the OEM. Ultimately, the intent is to ensure the procurement meets critical healthcare service needs while adhering to federal policies and regulations.
    The document outlines a detailed inventory of surgical equipment and related items proposed for a government procurement process. It lists various manufacturers’ parts related to surgical devices, attachments, and peripherals needed for healthcare settings, focusing on items such as consoles, saws, batteries, cameras, and other surgical accessories. The specifications include quantities for leasing, showcasing a structured approach to fulfill healthcare operational requirements. This document's primary purpose is to support responses to government Requests for Proposals (RFPs) and grants, ensuring that healthcare providers have access to necessary surgical equipment. The thorough itemization assists in streamlining procurement processes, aligning with federal and local government health service standards, thus demonstrating a commitment to maintaining effective surgical operations within healthcare facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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--SURGERY LASER SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking qualified businesses to provide Surgical Laser Services at the Kansas City VA Medical Center. The procurement aims to secure comprehensive surgical laser support, including the provision of various laser equipment, accessories, and qualified technician services on an as-needed basis over a five-year ordering period. Surgical lasers are critical for precision ablation in complex surgical procedures, and the required equipment includes systems such as the Lumenis Pulse 120H Holmium Laser and several CO₂ laser systems, among others. Interested firms must respond in writing with their capabilities and are required to be registered in SAM.gov, comply with the Buy American statute, and provide an authorized service provider letter from the OEM. For further inquiries, contact Betty Flores at veronica.flores@va.gov or call 913-946-1167.
    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.
    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.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    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.
    6515--691 - Custom Packs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking sources for custom surgical packs for the Greater Los Angeles VA Healthcare System through a Sources Sought Notice. The procurement aims to identify capable suppliers for a variety of specialized surgical kits, including but not limited to Cataract Packs, Open Heart PPS Packs, and General Anesthesia Kits, which are essential for the effective delivery of medical services to veterans. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation; interested businesses are encouraged to submit their capabilities, business size status, and compliance with relevant regulations by December 19, 2025, at 9:00 AM PT to Contract Specialist Jasmine Pressley-Barnard at jasmine.pressley-barnard@va.gov.