NAME BRAND OR EQUAL: 3D printer for same day full leg sockets
ID: 36C24726Q0090Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a 3D printer, specifically the Proteor Icarus-Lite O&P Bundle Kit, along with the Proteor Digital Suite 3D design software and one year of software services for the Atlanta VA Medical Center in Decatur, Georgia. This procurement is a total small business set-aside and is classified as a brand-name or equal-to solicitation for the ICARUS system, requiring the printer to meet specific salient characteristics for producing prosthetic sockets. The printer must be capable of using materials like Polypropylene and Carbon fiber, with a print volume exceeding 300mm x 300mm x 600mm, and must be validated for medical applications, emphasizing its importance in the field of prosthetics. Interested parties should contact Ashley Stewart at ashley.stewart4@va.gov for further details, with delivery expected within 60 days after receipt of order.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (36C24726Q0090) from the Department of Veterans Affairs seeks proposals for a 3D printer, specifically the Proteor Icarus-Lite O&P Bundle Kit, along with the Proteor Digital Suite 3D design software and one year of software services for the Atlanta VA Medical Center in Decatur, GA. The acquisition is set aside for small businesses and is a brand-name or equal-to solicitation for the ICARUS system. Key requirements include delivery of the printer and software in a ready-to-use state, comprehensive training for staff, and a detailed factory verification report upon delivery. The contract outlines specific clauses for administration, electronic invoice submission via Tungsten Network, payment terms, and various federal regulations concerning information security, data privacy, and ethical conduct. Delivery of all items is expected within 60 days ARO (After Receipt of Order) to the Atlanta VA Medical Center.
    This government solicitation (36C24726Q0090) is for the procurement of one 3D printer, specifically the "ICARUS system" brand name or equal, along with associated 3D design software and a one-year service contract, for the Atlanta VA Medical Center in Decatur, GA. The acquisition is a 100% total small business set-aside under NAICS code 334118 with a size standard of 1000 employees. Key requirements include providing a Proteor Icarus-Lite O&P Bundle Kit, Proteor Digital Suite software, comprehensive training for staff, and a detailed factory verification report upon delivery. The contract outlines administrative data, invoice submission procedures via Tungsten Network, and various FAR and VAAR clauses covering contract terms, conditions, payment, security, and compliance. The delivery for all items is 60 days ARO to the Atlanta VA Medical Center.
    The document outlines the salient characteristics for a FDM 3D printer, likely for a government Request for Proposal (RFP) or grant application. The printer must be capable of using specific materials like Polypropylene and Carbon fiber, with a filament diameter of 2.85mm. Key requirements include a print volume exceeding 300mm x 300mm x 600mm and an overall equipment size less than 800mm x 800mm x 1,500mm, with a weight under 90kg. Crucially, the printer needs to be tested and validated for printing Prosthetics Check/Test Sockets and Definitive Sockets, with print speeds under 3 hours for check sockets and a maximum of 8 hours for definitive sockets. Furthermore, it must be validated for use with sockets tested to ISO 10328, emphasizing its application in medical prosthetics.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Stratasys F900 3D Printer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for a brand name Stratasys F900 3D Printer, with the delivery point set for Tinker Air Force Base in Oklahoma. This procurement is classified as a Firm Fixed Price contract, requiring bidders to submit comprehensive quotes that include all associated costs such as shipping, taxes, and fees. The Stratasys F900 3D Printer is crucial for advanced manufacturing processes within the military, enhancing capabilities in rapid prototyping and production. Interested vendors should note that no quotes will be accepted until the official solicitation is posted, and they can reach out to Linsey Laird or Jason Shirazi via email for further inquiries.
    LCM 3D Printer
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD) China Lake, is seeking sources for a Lithography-Based Ceramic Manufacturing (LCM) Multi-Material 3D Printer to enhance its capabilities in ceramic-based composite materials research and development. This procurement aims to support the design and characterization of advanced composite materials, particularly for applications such as hypersonic radomes, by enabling high geometric complexity and layer-by-layer control in the manufacturing process. The printer system must include a standalone unit with dual vats for multi-material printing, an integrated LED light source, and a separate cleaning station, along with robust safety measures and comprehensive contractor support for installation and training. Interested firms should submit a capability statement to the Contracting Office by the specified deadline, referencing the solicitation number, and can contact Kyle Hedman or Luke S. Kelley for further information.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.
    6515--PHOTHERAPY BOOTH
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24726Q0148) to identify potential vendors capable of supplying a Brand Name or Equal PHOTHERA 4800 PRO MAX phototherapy booth. The procurement aims to gather information on qualified sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other businesses, in relation to the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, which has a size standard of 1,000 employees. This phototherapy device is critical for providing effective treatment, requiring specific features such as dimensions that accommodate wheelchair access, at least 48 high-density UV lamps, patient-controlled fans, and an advanced control system with a touchscreen interface. Interested vendors must submit their responses by December 12, 2025, at 09:00 AM Eastern Time, via email to Darius Crane at darius.crane@va.gov, including necessary company information and details regarding their business size and capabilities.
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Buyer not available
    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--Supplies - Orthotics - VISN 10 Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    6515--VIP Glenoid Reamer System Set Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of a VIP Glenoid Reamer System Set, essential for orthopedic surgical procedures at the Albany VA Medical Center. This system is specifically required to support total and reverse shoulder arthroplasty, ensuring compatibility with existing Arthrex implants and maintaining continuity of patient care. The Glenoid Reamer System is critical for precise preparation of the glenoid surface, which is vital for accurate implant placement and long-term surgical success, as no equivalent products are available that meet the facility's needs. The estimated contract value is $19,104.16, and interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or 585-393-8563 for further details, with a response deadline set for December 12, 2025.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.