6515--SURGICAL EQUIPMENT LEASE
ID: 36C26224Q1817Type: Combined Synopsis/Solicitation
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
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of high-tech medical equipment through the "June 2024 Equipment Only Consolidation" initiative. This procurement aims to acquire essential imaging equipment and supplies, specifically targeting the needs of various Veterans Affairs healthcare networks across the United States. The equipment is crucial for enhancing healthcare delivery to veterans, ensuring that facilities are well-equipped to provide quality medical services. Interested vendors must submit their offers by October 30, 2024, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    6515--NX EQ Washers Lab Surgical Instrument Ultrasonic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Washers Lab Surgical Instrument Ultrasonic units under Solicitation Number 36C10G24R0004. The objective is to acquire brand name or equivalent ultrasonic cleaning equipment designed for the effective removal of biological debris and contaminants from surgical instruments and labware, which is critical for maintaining hygiene and safety in VA Medical Centers nationwide. This procurement will establish a single award Requirements Contract with a base period of 12 months and four optional 12-month renewals, emphasizing compliance with specified technical requirements and the inclusion of ancillary products that enhance functionality. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Contract Specialist Alex Beck at Alex.Beck1@va.gov.
    6525--Brand Name or Equal to Ethicon NeuWave Certus 140 microwave Ablation System. Unrestricted.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the acquisition of a "Brand Name or Equal" Ethicon NeuWave Certus 140 Microwave Ablation System, intended for use in the Interventional Radiology department at the Corporal Michael J. Crescenz VA Medical Center. This advanced medical system is designed to enhance treatment options for veterans suffering from cancer or benign tumors through minimally invasive procedures, featuring capabilities such as simultaneous use of multiple ablation probes and a CO2-based cooling system. The procurement emphasizes adherence to Federal Acquisition Regulation (FAR) clauses and requires vendors to submit their quotes by September 20, 2024, with evaluations based on price and technical acceptability. Interested vendors can reach out to Contracting Officer David M Santiago at david.santiago2@va.gov for further information.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    6515-- GE Healthcare LOGIQ e R9 Systems Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of one GE Healthcare LOGIQ e R9 Systems Ultrasound Machine, intended for use at the Sheridan VA Medical Center in Wyoming. The ultrasound machine must meet specific criteria, including a minimum 14” full touchscreen, two active probe ports, and wireless capabilities for real-time imaging, to enhance ultrasound-guided vascular access for veterans. This procurement reflects the VA's commitment to providing essential medical services while supporting small businesses, as the solicitation is set aside exclusively for small businesses, with quotes due by 2:00 PM Mountain Time on September 20, 2024. Interested vendors should submit their quotes via email to Contract Specialist Marc Del Valle at marc.delvalle@va.gov, and any inquiries must be made in writing by September 18, 2024.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.
    6515--SIROLaser Blue USA Laser
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the procurement of two SIROLaser Blue Dental Diode lasers for the Washington DC Veterans Affairs Medical Center. This acquisition includes not only the laser units but also all necessary parts, training, and support to ensure effective implementation in various dental procedures, emphasizing the importance of minimizing patient discomfort and expediting recovery times. The procurement is classified as a single-source justification due to the unique capabilities of the SIROLaser Blue, which is essential for enhancing dental services within the VA healthcare system. Interested vendors must submit their bids by 5 PM EST on September 20, 2024, and can contact Contracting Officer Theresa Thomas at theresa.thomas7@va.gov or 410-642-2411 x25261 for further details.
    6515--642-24-1-315-0022 | Edwards HemoSphere Advanced Monitoring System | NCO 4 Commodities 2 (VA-24-00009304)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of two Edwards LifeScience HemoSphere Advanced Monitoring Systems, intended for the anesthesiology department at the Philadelphia VA Medical Center. This acquisition aims to enhance monitoring capabilities during high-risk surgical procedures, focusing on improving patient safety and reducing recovery times through the system's unique predictive monitoring features. The procurement is justified as a single-source acquisition due to the specialized nature of the product and the absence of comparable alternatives, with proposals due by September 19, 2024, at 2:00 PM EDT. Interested parties can contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov or by phone at 570-899-6581 for further details.
    6525--Arrow VPS Rhythm DLX System Grand Junction CO VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the procurement of an Arrow VPS Rhythm DLX System for the Grand Junction VA Medical Center, as outlined in solicitation number 36C25924Q0813. This procurement focuses on acquiring a specialized ultrasound-guided PICC line navigation system that must be compatible with existing VenueGo ultrasounds and include features such as real-time confirmation capabilities, ECG, and a printer. The successful vendor will provide high-quality medical equipment essential for supporting veteran healthcare services, with a firm-fixed price contract anticipated. Interested vendors must submit their quotes electronically by September 20, 2024, and direct any inquiries to Contracting Specialist Eric Ayers at eric.ayers@va.gov.
    6515--NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Laser Optical Tomography (OCT) Scanning Systems, specifically the Zeiss Cirrus 6000® or equivalent, under a national Requirements contract. This procurement aims to secure systems capable of obtaining cross-sectional images of ophthalmic tissues, which are critical for various clinical applications, including retinal thickness measurements and glaucoma progression analysis. The anticipated contract will include a 12-month base period with four optional 12-month extensions, and interested vendors must be registered in the System for Award Management (SAM) and verified in the SBA database. For inquiries, vendors can contact Contract Specialist Cyia Jones at Cyiamaudia.Jones@va.gov.