SOLICITATION NOTICE
65 -- NX EQ Multitherapy Systems: Neuromuscular Stimulator-Ultrasound Therapy System (VA-25-00031555)
- Notice Date
- 5/20/2025 1:08:55 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G25R0037
- Response Due
- 6/11/2025 9:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Kristal Hall, Contract Specialist/Contracting Officer, Phone: 240-917-9690
- E-Mail Address
-
kristal.hall@va.gov
(kristal.hall@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Combined Synopsis/Solicitation Notice Solicitation Number: 36C10G25R0037 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for brand name or equal commercial products prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number 36C10G25R0037 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 dated January 17, 2025. Requirement Description: The Veterans Health Administration (VHA) Equipment Life Cycle Management (ELCM) Program identified Multitherapy Systems: Neuromuscular Stimulator-Ultrasound Therapy System as a candidate for a VA-wide (otherwise referred to as national ) single award Requirements contract. Multitherapy Systems: Neuromuscular Stimulator-Ultrasound Therapy System are designed to provide therapeutic treatments by means of several modules of different external energy sources, making possible a variety of external treatments. These systems usually consist of a central control unit and modular or integral sources of energy. The system may also include a common display and software using several protocols according to the therapy to be performed. These systems are used for the application of energy from one or more sources to the patient during a variety of procedures performed during treatment. Systems that include neuromuscular stimulator as an integral part of a therapeutic ultrasound unit are used to produce a rhythmic contraction/release of injured muscles. The contraction-release acts as a pump and promotes the removal of metabolic by-products, which helps reduce spasm and pain. An electronic generator transmits pulses of energy through an active electrode or stimulator pads. Pulse waveforms are used in conjunction with ultrasound therapy. Neuromuscular stimulation combined with ultrasound therapy is used to prevent scar tissue formation in healing tissues and in identifying particular muscle trigger points to focus therapy to help reduce spasms and pain. These systems are used mainly in Physical Therapy applications located at VA Facilities Nationwide. A single award Requirements contract will be awarded IAW FAR 52.211-6, Brand Name or Equal, in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Vendors shall contain the terms for price/cost and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 1,250 employees. A nonmanufacturer rule class waiver is in effect for NAICS 334510 and applies to this requirement. This procurement action is issued as a SDVOSB set-aside. This acquisition is for a single award Requirements contract in accordance with FAR Subpart 16.5 for Multitherapy systems and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ MULTITHERAPY SYSTEMS. All interested companies shall provide a proposal for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX EQ MULTITHERAPY SYSTEMS. The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. After receipt of Order (ARO) is # days. The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda (Attachment D) to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda (Attachment D) also applies to this acquisition. The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. An� Offeror� is required to be registered in SAM when submitting an� offer and� shall� continue to be registered until time of award, during performance, and through final payment of any contract. You may access SAM at https://sam.gov/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 1200 PM ET on May 27 , 2025, to Contract Specialist/Contracting Officer, Kristal Hall at kristal.hall@va.gov. No calls will be accepted. Offers are due via email by 1200 PM ET on June 11, 2025, to Contract Specialist/ Contracting Officer, Kristal Hall at kristal.hall@va.gov. 1. SCOPE OF WORK The Veterans Health Administration (VHA) Equipment Life Cycle Management (ELCM) Program identified Multitherapy Systems: Neuromuscular Stimulator-Ultrasound Therapy System as a candidate for a VA-wide (otherwise referred to as national ) single award Requirements contract. Multitherapy Systems: Neuromuscular Stimulator-Ultrasound Therapy System are designed to provide therapeutic treatments by means of several modules of different external energy sources, making possible a variety of external treatments. These systems usually consist of a central control unit and modular or integral sources of energy. The system may also include a common display and software using several protocols according to the therapy to be performed. These systems are used for the application of energy from one or more sources to the patient during a variety of procedures performed during treatment. Systems that include neuromuscular stimulator as an integral part of a therapeutic ultrasound unit are used to produce a rhythmic contraction/release of injured muscles. The contraction-release acts as a pump and promotes the removal of metabolic by-products, which helps reduce spasm and pain. An electronic generator transmits pulses of energy through an active electrode or stimulator pads. Pulse waveforms are used in conjunction with ultrasound therapy. Neuromuscular stimulation combined with ultrasound therapy is used to prevent scar tissue formation in healing tissues and in identifying particular muscle trigger points to focus therapy to help reduce spasms and pain. These systems are used mainly in Physical Therapy applications. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Washer/Decontamination Units to be used by clinicians throughout the VA medical centers and facilities. 2. REQUIREMENT This requirement will be IAW FAR 52.211-6, Brand Name or Equal, which requires the Offeror to indicate that each product is being offered as an equal product to the Multitherapy Systems. For each equal product, the Offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The Offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the Offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Item# Brand Part Number Description 0001 Enovis 6000 Vectra Neo 0002 Enovis 70000 Neo Module Stim Channels 1 & 2 0003 Enovis 70001 Neo Cart 0004 Enovis 70002 Neo Module Ultrasound 0005 Enovis 27335 Ultrasound Applicator 5cm2 The Department of Veterans Affairs (VA) is seeking Vendors who can provide Enovis Vectra Neo Brand Name or Equal (BNOE) Multitherapy Systems as listed above or equal commodities which meet all the following salient characteristics. CLIN s 0001-0005 apply to the following SC s. SC # Applicable CLIN SALIENT CHARACTERISTICS METHOD OF EVALUATION SC Literature Map DOCUMENT TITLE PAGE # SC 1 CLIN 0001 CLIN 0002 Must have interferential current, premodulated, high voltage, microcurrent, biphasic, and Russian electrotherapy waveforms. Literature Review SC 2 CLIN 0001 CLIN 0002 Must provide at least two channels of electrical stimulation Literature Review SC 3 CLIN 0001 Must have color display touchscreen. Literature Review SC 4 CLIN 0004 Must have ultrasound frequency minimum of 1MHz and 3MHz Literature Review SC 5 CLIN 0005 Must have 5cm2 soundhead for ultrasound Literature Review SC 6 CLIN 0003 Cart must be compatible with equipment in CLIN 0001 Literature Review In addition to meeting the Salient Characteristics the following sub factors will be evaluated: Design All design features and functions of the device may be evaluated. Areas may include but are not limited to the following: Ease of cleaning Ease of transport Performance Device will be evaluated for its ability to perform its intended function. Areas may include but are not limited to: Ease of operation Availability of extra features, additional modalities Quality All aspect of the construction and quality of material of the device may be evaluated and may include but not limited to: Quality and durability Life Span Warranty Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Products offered in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may offer any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e57fea48c8b2420abc60564bafb10939/view)
- Place of Performance
- Address: VA-Wide
- Record
- SN07449907-F 20250522/250520230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |