6160--Cath Lab Battery UPS Replacement, MA
ID: 36C25524Q0224Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

PSC

MISCELLANEOUS BATTERY RETAINING FIXTURES, LINERS AND ANCILLARY ITEMS (6160)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    Presolicitation notice from the Department of Veterans Affairs for the procurement of Cath Lab Replacement in Marion, MA. The Cath Lab Replacement is typically used for UPS Battery.

    Point(s) of Contact
    George JohnsonContract Specialist
    (913) 946-1988
    george.johnson9@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    6515--Cardiology Optis Mobile
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an integration system for optical coherence tomography (OCT), fractional flow reserve (FFR), and resting full-cycle ratio (RFR) capabilities for the Cardiac Catheterization Lab at James A. Haley Veterans Hospital in Tampa, Florida. This procurement aims to enhance the lab's capacity to perform transcatheter aortic valve replacement (TAVR) procedures, thereby improving the assessment of arterial health and blood flow while reducing the need for surgical interventions. The selected contractor will be responsible for providing brand name or equivalent equipment, ensuring software compatibility, and delivering necessary training to hospital personnel upon installation, which must occur within 30 days of the purchase order. Interested parties must submit their bids by March 26, 2025, and can contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or 813-940-0316 for further inquiries.
    Integrated Power Injection Catheters
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Integrated Power Injection Catheters, with a presolicitation notice expected to be released around May 15, 2025. This initiative aims to solicit information and products for evaluation, focusing on catheters that are preassembled, sterile, single-use, and disposable, featuring a maximum pressure rating of at least 325 PSI and a passive safety system. These catheters are critical for providing peripheral vascular access for administering fluids, medications, and blood products. Interested vendors must have a Distribution and Pricing Agreement (DAPA) and ensure compliance with Trade Agreements Act (TAA) requirements, with further details to be provided in the upcoming QSL Announcement available on SAM.gov. For inquiries, vendors can contact MMESO Enterprise Wide Standardization at dha.detrick.med-log.mbx.mmeso@health.mil or Tara J. Perrien at tara.perrien@dla.mil.
    6115--Generator Annunciator Replacement and Installation
    Buyer not available
    The Department of Veterans Affairs, specifically VISN 23, is seeking information from vendors for the replacement and installation of generator annunciators. The procurement requires contractors to provide all necessary labor, transportation, parts, and expertise to install annunciator panels compatible with CAT C18 generators featuring LC7 engines, including specific items such as the EMCP 4.2B generator set controller and 100-ft reels of 9842 Belden cable. This initiative is crucial for maintaining the operational efficiency of generator systems within the Veterans Affairs network. Interested vendors must respond by March 21, 2025, providing their company details, product offerings, and manufacturing locations in compliance with the Buy American Act. For inquiries, vendors can contact Senior Contracting Officer Joshua I Imdacha at Joshua.Imdacha@va.gov or by phone at 319-339-7017.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    RNEC FI-MUE Battery Replacements
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified vendors for the RNEC FI-MUE Battery Replacements project at Fort Carson, Colorado. The objective is to upgrade the emergency power backup battery systems at four Communications Nodes by replacing existing GNB Absolyte Value Regulated Lead-Acid (VRLA) battery cells with new models that ensure compatibility and maintain or exceed current capacity. This upgrade is crucial for maintaining uninterrupted communication capabilities and supporting essential operations and safety systems within the facility. Interested parties must submit their responses to George Hargis at George.e.Hargis.civ@army.mil by March 19, 2025, as this is a sources sought notice for informational purposes only and does not constitute a solicitation.
    C1DA--589A7-25-503 Prepare Site for Cath Lab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to prepare a site for catheterization laboratory equipment at the Wichita Veterans Affairs Medical Center in Kansas. The project involves renovating 1,500 square feet to accommodate the installation, with a total construction budget estimated between $500,000 and $1,000,000, and an anticipated completion timeframe of 209 calendar days following contract award. This opportunity is particularly significant as it aims to ensure uninterrupted healthcare services during renovations while adhering to VA guidelines and addressing hazardous materials abatement. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications using Standard Form 330 by April 1, 2025, and can contact Contract Specialist Jennifer Hill at jennifer.hill@va.gov or 913-946-1975 for further details.
    COSMED Stressecho 1200 K Supine Ergometer, RS232 Cable for COSMED Ergo Bike with installation and training service (Brand Name Only)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a COSMED Stressecho 1200 K Supine Ergometer, along with an RS232 cable and installation/training services, specifically requiring brand-name items only. This specialized equipment is crucial for conducting dynamic stress echocardiography for veterans and must interface with existing laboratory tools, necessitating a single-source procurement due to the lack of alternative suppliers capable of meeting these unique compatibility requirements. Interested vendors must ensure compliance with federal procurement regulations, submit their proposals by March 21, 2025, at 4:00 PM Eastern Time, and register with the System for Award Management (SAM) to participate in this opportunity. For further inquiries, interested parties may contact Myra Florisa N. Green at Myra.Green2@va.cov.
    6515--BNOE Electrosurgical Generator
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of an Electrosurgical Generator, specifically the Olympus ESG-410 or an equivalent, to support surgical procedures in Urology and GYN clinics at the Wilmington VA Medical Center. The generator is essential for performing cautery in fluid-filled cavities and must have the capability to power multiple surgical devices with various energy modalities, including monopolar and bipolar technologies, along with a desired five-year warranty. This procurement is part of the VA's commitment to enhancing healthcare services for veterans, emphasizing the importance of high-quality medical equipment in federal healthcare facilities. Interested vendors, particularly small businesses including those owned by service-disabled veterans and women, must submit their proposals via email by the specified due date, ensuring compliance with federal acquisition regulations and registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Contract Specialist Keri J Hester at keri.hester1@va.gov.
    J065--Sun Nuclear Equipment Maintenance for Clement J. Zablocki VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole source contract with Sun Nuclear Corporation for maintenance and support services for specialized radiation measurement devices at the Clement J. Zablocki VA Medical Center. The procurement aims to secure Sun Services Premier Support for essential quality assurance devices, including the ArcCheck Radiation Counter, Daily QA, SRS MapCheck, and IC Profiler QC devices, which are critical for operational efficiency and compliance within the VA Medical Facility. This acquisition will be conducted as a firm fixed price contract for one base year with four option years, and interested firms must submit written evidence of their capability to meet the requirements to the contracting officer, Joni Dorr, by March 18, 2025, at 10:00 AM Central Time. No solicitation documents are available, and responses will be evaluated at the government's discretion.
    N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. This procurement aims to address essential construction needs, including site preparation, demolition of existing structures, and the provision of necessary labor and materials. The project is significant for maintaining and upgrading the facility to meet operational requirements, with an estimated cost between $1,000,000 and $5,000,000, classified under NAICS code 238210. A Request for Proposal (RFP) is expected to be issued on or about March 29, 2025, and interested contractors must submit a bid bond of at least 20% of their bid, capped at $3 million. For further details, potential offerors can access relevant documents through the beta.sam.gov website using solicitation number 36C24125R0038 and must be registered in the System for Award Management (SAM).