Tenders of Veterans Affairs, Department Of Usa
Tenders of Veterans Affairs, Department Of Usa
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
6515--capsa Avalo Carts, Columbus
Closing Date5 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Effective Immediately, Rfq # 36c26225q0273 Is Hereby Cancelled.
Closing Date5 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
6515--edwards Lifesciences Consignment Agreement Of Heart Valves And Annuloplasty Rings For Milwaukee Intent To Sole Source
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
6515--patient Ceiling Lifts Tomah Vamc
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
This Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 339113 (size Standard Of 800 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published.
the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Ultrasonic Washers Cleaning System Equivalent To Getinge, Model# 1522-trt.
statement Of Work
general:
va Phoenix Healthcare System Located At 650 E Indian School Rd. Phoenix Az, 85012 Has A Requirement For One (1) Ultrasonic Washer Cleaning System Equivalent To Getinge, Model# 1522-trt With The Following Required Salient Characteristics. Va Facilities Sterile Processing Service (sps) Is In Need Of An Ultrasonic System To Provide Efficient Cleaning And Disinfecting Of Medical Instruments That May Be Too Delicate To Enter Washer Disinfector And/or Hard To Reach Areas.
scope:
va Phoenix Healthcare System Sps Department Is Looking To Replace And Remove Current Ultrasonic Washer That Is Beyond Life Cycle. The Contractor Is Required To Provide Brand Name Or Equal Equipment That Meets Or Exceed The Physical, Functional, And Performance Of The Listed Salient Characteristics In This Section. Additionally, Contractor Must Be Able To Provide Installation, De-installation, And Put Into Operation All Equipment.
requrments/salient Charactersitics:
must Be A Floor Mounted Ultrasonic Cleaning System.
must Come Equipped With Uv Energy To Properly Deactivate Bacteria.
must Have Up To 13-minute Ultrasonic Cleaning Cycles For Laparoscopic And Non-lumen Instruments.
must Have Adjustable Cycle Times To Adhere To Manufactures Ifu S.
must Have A Minimum Of 15-minutes Cycle For Da Vinci S Or Si Robotic Instrument Cleaning.
must Have A Minimum Of 48 Dedicated Irrigation Ports.
must Have Capacity For A Minimum Of 16 Da Vinci Robotic Instruments Per Cycle.
must At A Minimum Be Able To Cleans Up To Four Lumen/standard Instrument Trays Simultaneously.
must Have Pull-down Sprayer Faucet For External Rinsing Of Instruments.
must Have A Minimum Of 6-tray Capacity.
must Be Able To Support A Minimum Of 50-lb Instrument Weight.
must Have A Minimum Of 2 Basins.
must Use Minimal Water - Using No More Than 30 Gallons Of Water Per Cycle.
must Be Compatible For 208-volt Wall Receptacles.
must Have A Maximum Width Of 60 .
must Have A Maximum Height Of 45 With Lid Open.
must Have Touchscreen Control With Programmable Timer.
must Come Equipped With A Visual Cycle Progress Notification Indicator And Water Temperature Display.
must Come Equipped With Audio Alarms To Notify Technicians Of End Of Cycle And Any Other Potential Issues.
must Have A Usb Port So Cycle Recordings Can Be Downloaded If Needed.
must Be Able To Control And Adjust Irrigation For Water Flow For Different Instrument Types.
must Be Able To Use Tap, Reverse Osmosis, And Deionized Water.
must Come With A Standard Lumen Backet For Cleaning Lumen Instruments.
must Come With Backsplash For Lumen Trays For Extra Storage Space And Organization.
contractor Must Perform Service Of Deinstallation Of Old Unit Prior To Installing New Ultrasonic Washer.
contractor Must Offer Installation Service Of A New Ultrasonic Washer.
installation/uninstallation Service:
the Vendor Is Required To Manage And Coordinate Installation At The Va Phoenix Sps
with Designated Pocs. On-site Uninstallation And Installation Of Items And Performance Of Services Identified In This Document Shall Take Place During Weekends And Evenings To Not Interfere With Normal Operation.
place Of Performance:
va Phoenix Healthcare System
650 E Indian School Rd.
phoenix, Az 85012
the List Of Ultrasonic Washer Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required.
if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Incomplete Responses To The Questions Below Will Not Be Accepted. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement.
(2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6?
(9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice?
(11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained.
(15) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Melissa.ramirez8@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, March 6th, 2025, By 10:00 Am Pacific Local Time.
all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
G004--hchv Contracted Residential Services Saginaw
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
6515--760-25-1-050-0190 - Leavenworth Cmop Med/surg (va-25-00025413)
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Furnitures and Fixtures
United States
6515--intent To Sole Source Omnicell Carousel Chillicothe Va Medical Center
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
The Department Of Veterans Affairs, Network Contracting Office (nco) 07, Central Alabama Veterans Health Care (cavhcs), 215 Perry Hill Road Montgomery Al 36109 3798 Is Issuing This Notice Of Intent (noi) To Inform Industry Contractors Of The Government S Intent To Execute A Sole Source Requirement Under Far Part 13.5 And Is Implemented By Far 13.106-1(b)(2) For Restricting Competition On This Procurement. Only Responsible Available Source And No Other Supplies Or Services Will Satisfy Agency Requirement. This Notice Satisfies The Posting Requirements At Far Part 5.101.
the Intended Contractor Is Carefusion Solutions, Llc, 3750 Torrey View Court, San Diego, Ca, 92130.
the Place Of Performance Is Central Alabama Veterans Health Care, 215 Perry Hill Road Montgomery Al 36109 3798. This Contract Is To Provide Medstation Equipment And Support For The Bd Carefusion Pyxis Systems Located At The Central Alabama Veterans Health Care System Pharmacy For Montgomery Va Clinic (mvac). Service And Installation Shall Be Performed By Manufacturer-trained Service Engineers. Coverage Shall Begin On 04/1/2025 To 03/31/2026 Unless Otherwise Noted In This Contract. All Software Shall Be Maintained In Proper Operating Condition As Specified By The Manufacturer.
carefusion Solutions, Llc Has Confirmed That Carefusion Solutions, Llc Wholly Owned Subsidiary Of
becton Dickinson And Company (bd), Is The Exclusive Manufacturer And Provider Of Pyxis Products And
services And The Sole Company Capable Of Performing Installation And Maintenance. Carefusion Solutions,
llc Bd Does Not Currently Have Any Authorization Or Certification Process In Place For Companies
performing Service Or Maintenance On Pyxis Equipment. Any Service Or Maintenance Performed By A
third-party Vendor, Other Than Our Field Service Technician Affiliates, Would Render Null And Void Any
existing Warranty And Be Unsupported By Carefusion Solutions, Llc. Bd, As The Manufacturer, Offers
maintenance And Many Other Services To Support Bd Pyxis Products.
the North American Industry Classification System (naics) For This Requirement Is, 811210 - Electronic
and Precision Equipment Repair And Maintenance The Federal Supply Class (fsc) Is J065. The Small
business Administration (sba) Size Standard For This Sector Is 34 Million.
this Notice Of Intent Is Neither A Formal Solicitation Nor A Request For Competitive Proposals. No
solicitation Document Is Available And Telephone Requests Will Not Be Honored. No Award Will Be Made On
the Basis Of Unsolicited Quotations Or Offers Received In Response To This Notice. Any Response To This
notice Must Show Clear, Compelling And Convincing Evidence That Competition Will Be Advantageous To
the Government. The Intent Of This Synopsis Is For Informational Purposes Only. Information Received Will
normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive
procurement. A Determination By The Government Not To Compete This Action Based On This Notice Is
solely Within The Discretion Of The Government.
all Inquiries And Concerns Must Be Addressed In Writing Via E-mail To Khalil Al-amin,
khalil.al-amin@va.gov With The Following Information Referenced In The Subject Line, 36c24725q0403
pyxis Medstation Equipment. All Interested Parties Who Are Responsible, Certified, And Capable
may Identify Their Interest And May Submit A Capabilities Statement No Later Than 10:00 Am Eastern
time (et) On March 06, 2025, To Khalil Al-amin, Khalil.al-amin@va.gov. The Interested Parties Bear Full Responsibility To Ensure Complete Transmission And Timely Receipt.
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Da10--enterprise Performance Management System (epms) - New Task Order (va-25-00013231)
Closing Date7 Mar 2025
Tender AmountRefer Documents
2391-2400 of 2415 archived Tenders