OR Boom and Light VA-26-00042643

Project ID: 36C24126Q0261 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyVISN 1: New England Healthcare System
Deadline04/01/26
Posted03/25/26
Estimated Value$500,000 - $1,200,000 (AI estimate)
Set AsideNone
NAICS339113 - Surgical Appliance and Supplies Manufacturing
PSC6530 - Hospital Furniture, Equipment, Utensils, And Supplies
LocationTogus VAMC Augusta, ME 04330 USA
Description
Primary Latest Change

Posted: March 18, 2026, 10:54 a.m. EDT Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201-1, Simplified procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 (eff. 03/13/2026) This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113. The FSC/PSC is 6530. The VA Maine HCS- Togus is seeking to purchase the Skytron Boom Freedom brand-name or Equal. All interested companies shall provide quotations for the following: Supplies/Services ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ F110 SERIES MOUNT WITH 1 LD ARM Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 PRINCIPAL NAICS CODE: 339113 - Surgical Appliance and Supplies Manufacturing PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): F100 SERIES 0002 1.00 EA __________________ __________________ Mounting plate pre-install kit, mounting hardware sold separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK-MTG 0003 1.00 EA __________________ __________________ Ceiling cover MD 4.1" LD 4.5" minimum arm clearance, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CC-ML-00 0004 1.00 EA __________________ __________________ Stackmodule F110 Short, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4LDS-S-1 0005 1.00 EA __________________ __________________ Aurora lamp spindle single, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4SP-AUA1 0006 1.00 EA __________________ __________________ Boom Mounting Hardware Kit, Includes 6 rods, 24 nuts, 1-1/4" x 13" Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H9-200-37 0007 1.00 EA __________________ __________________ Primary 50" LD horizontal arm (not on 4LLS), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4TL-50 0008 1.00 EA __________________ __________________ Secondary 43" LD Vertical spring arm (4100N) 50-82 lbs, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42A-43S 0009 1.00 EA __________________ __________________ 6" Alu LD VST, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4VSTL-6 0010 1.00 EA __________________ __________________ Monitor bracket, single up to 37", balanced, incl. handles and backcover, multi-VESA, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4FSB-1 0011 1.00 EA __________________ __________________ Single Fixture with 24" diameter center focus Aurora Four LED light on 35.25" radial arm Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA5B 0012 1.00 EA __________________ __________________ VST NON TV AURORA 14" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-14 0013 1.00 EA __________________ __________________ DUAL WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-720-02-RS 0014 1.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus (single and dual only) Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-210-57-1 0015 1.00 EA __________________ __________________ F320 SERIES MOUNT WITH 1 HD AND 1 LD ARM Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): F320 SERIES 0016 1.00 EA __________________ __________________ Mounting plate pre-install kit, mounting hardware sold separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK-MTG 0017 1.00 EA __________________ __________________ Gas Riser Pre-Install Kit. Mounting Pre-Install Kit Sold Separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK GAS 0018 1.00 EA __________________ __________________ Ceiling cover 3.5" - 4.9" arm clearance HD stack, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CC-HD-01 0019 1.00 EA __________________ __________________ Stackmodule F320 + F420, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4HDS-1-1 0020 1.00 EA __________________ __________________ Aurora lamp spindle single, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4SP-AUA1 0021 1.00 EA __________________ __________________ Boom Mounting Hardware Kit, Includes 6 rods, 24 nuts, 1-1/4" x 13" Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H9-200-37 0022 1.00 EA __________________ __________________ Primary 61" HD Active Assist Horizontal arm, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4EC-61 0023 1.00 EA __________________ __________________ Secondary 33" HD/MD Horizontal arm, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42F-33 0024 1.00 EA __________________ __________________ 13" Alu MD/HD VST, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4VSTH-13 0025 1.00 EA __________________ __________________ Compact 49" Center-Aligned Vert. Utility column, 36 outlets, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CMC-49 0026 10.00 EA __________________ __________________ Lev-Lok Decora Plus Duplex Receptacle, Hospital Grade, 20 Amp, 125 Volt, NEMA 5-20R, - Red Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H7-300-51-R 0027 1.00 EA __________________ __________________ CARBON DIOXIDE, DISS, Beacon Series B Faceplate/Back Body Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-BBD-CO2 0028 1.00 EA __________________ __________________ NITROGEN, DISS, Regulation System Single Outlet Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-SYS-NTR1 0029 1.00 EA __________________ __________________ CARBON DIOXIDE 1/4 conductive DISS/DISS Gray Hose 19 ft. US/ISO Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-CO2-19 0030 1.00 EA __________________ __________________ NITROGEN 1/4 conductive DISS/DISS Black Hose 21 ft. US/ISO Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-NTR-21 0031 23.00 EA __________________ __________________ Outlet cover, snap in, blank Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-OC-BLND 0032 1.00 EA __________________ __________________ Utility Extension Box 3 Gang (Nurse call / Elec / Nitrogen), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4-UEB 0033 3.00 EA __________________ __________________ Shelf 22" for vertical column, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-SHC-22 0034 1.00 EA __________________ __________________ Foot pedal holder 22", Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-FPH-22 0035 1.00 EA __________________ __________________ Positioning Handle set for shelf, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-HAS 0036 1.00 EA __________________ __________________ IV-pole wide extendable, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-IVE-W 0037 1.00 EA __________________ __________________ Bottle holder CO2 bottles, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-BHCO 0038 1.00 EA __________________ __________________ Primary 50" LD horizontal arm (not on 4LLS), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4TL-50 0039 1.00 EA __________________ __________________ Secondary 43" LD Vertical spring arm (5000N) 65-108 lbs, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42A-43H 0040 1.00 EA __________________ __________________ Monitor bracket, dual up to 32", balanced, incl. handles and backcover, multi-VESA, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4FSB-2 0041 1.00 EA __________________ __________________ Single Fixture with 24" diameter center focus Aurora Four LED light on 35.25" radial arm Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA5B 0042 1.00 EA __________________ __________________ VST NON TV AURORA 8" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-8 0043 3.00 EA __________________ __________________ Dual fixture with two 24" diameter center focus Aurora Four LED lights with 110 degree vertical travel Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA55 0044 3.00 EA __________________ __________________ VST NON TV AURORA 21" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-21 0045 3.00 EA __________________ __________________ VST NON TV AURORA 15" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-15 0046 3.00 EA __________________ __________________ DUAL WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9720-02-RS 0047 3.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus (single and dual only) Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-210-57-1 0048 1.00 EA __________________ __________________ Triple fixture with three 24" diameter center focus Aurora Four LED lights with 110 degree vertical travel Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA555 0049 1.00 EA __________________ __________________ VST NON TV AURORA 21" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-21 0050 1.00 EA __________________ __________________ VST NON TV AURORA 16" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-16 0051 1.00 EA __________________ __________________ VST NON TV AURORA 10" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-10 0052 1.00 EA __________________ __________________ TRIPLE WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-720-03-RS 0053 1.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus Series (triple only). Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-410-44-1 0054 1.00 JB __________________ __________________ SERV-926-06, SERV-926-11, SERV-927-20,SERV-926-02,SERV-929-01Installation of ceiling mounted boom system, model series, 300, 310, 320, 330 with integral lighting system. Includes pre-installation walk through, installation, full functional testing of the system and one structural test, to manufacturers specifications. Does not include electrical wiring, wall control unit rough in, or structure installation. Installation, inspection and warranty certification of surgical or procedure lighting system with two or three light heads , models series AUA___, DoVera-DMDM . Includes prepreinstallation walk through, installation and full functional testing of the system. Does not include electrical wiring, structure or wall control unit rough in. Pricing does not include weekend work. project management Installation of ceiling mounted boom system, model series, 100, 110 and 120 with integral lighting system. Includes pre-installation walk through, installation, full functional testing of the system and one structural test, to manufacturers specifications. Does not include electrical wiring, wall control unit rough in, or structure installation. Mobilization of service team for site specific required service engagement. Includes all transportation of necessary support equipment/service technician(s) for required service. Does not include transportation of point of service equipment required for the engagement. Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): None GRAND TOTAL __________________ Delivery shall be provided no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 1 VA Ctr, BLDG 240 Postal Code: 04330 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations and certifications based on provisions that are not included in this solicitation. Examples include 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.242-91 Security Prohibitions and Exclusions, 52.240-92 Security Requirements, and 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (a) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgment of Quotation Amendments; (9) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) 52.225-5 Trade Agreements 52.225-6 Trade Agreements Certificate. (FEB 2021) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) (DEVIATION SEP 2025) 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2025] Addenda is attached. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 Clauses Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-17 Contractor Employee Whistleblower Rights. (NOV 2023) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) 52.204-13 System for Award Management-Maintenance (OCT 2018) (DEVIATION NOV 2025) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) 52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (MAR 2026) (DEVIATION NOV 2025) 52.222-35 Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) 52.222-37 Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) 52.222-50 Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) 52.225-5 Trade Agreements. (NOV 2023) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) 52.240-91 Security Prohibitions and Exclusions. (DEVIATION NOV 2025) 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS FEB 2023 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 852.247-73 PACKING FOR DOMESTIC SHIPMENT OCT 2018 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 852.246-71 REJECTED GOODS OCT 2018 All quotes shall be sent to the Contracting POC Manas s Cabrera at manases.cabrera@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical or Quality, Past Performance, Veterans Involvement, Warranty, Speed of Delivery, and Price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the one responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Past Performance Veterans Involvement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 12, where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified the SBA Small Business Search and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the SBA Small Business Search and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 3/25/2026 at 4:30PM. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting POC Manas s Cabrera at manases.cabrera@va.gov

Current (Newest Update)

Posted: March 25, 2026, 12:54 p.m. EDT This amendment extends the closing date to April 1st, 2026 and adds system specifications. Booms Specifications for VA Togus 1. Movement and Positioning: The arm lengths must be capable of working in tandem with upper arm assemblies, swinging freely without colliding off a single spindle, ensuring smooth and unobstructed movement. The heavy-duty system must include Active Assist Positioning, which functions automatically, requiring no direct input from the user (no buttons to push), for drift control. There will be an option to add a parking/hold button feature. Each arm will nest within the arm above it, ensuring that it does not impede rotation, allowing for more efficient movement and positioning. The boom arm assembly must allow the positioning of the equipment carrier anywhere around the table from the left to right shoulder areas, providing flexible equipment placement. The Surgical Boom system must be capable of integrating with the Surgical Lighting system and vice versa from a single spindle and must offer a variety of arm lengths. 2. Load Management and Design Equipment carriers must feature a center-aligned design for balanced load carrying, with optional modular front shelf supports that can be added or removed on-site. This design eliminates cantilevered shelving and provides a smaller rotational footprint. All articulation points of booms, lights, and flat screens must allow for up to 360 degrees of rotation, providing full flexibility and ease of use in all positioning. Booms must include an internal physical barrier between the gases and electrical and communication outlets, ensuring safe and organized utility management. Equipment carrier must provide the capability to add and remove shelves, shelf support brackets, and add additional shelf extensions for future shelf capacity. Carrier shelf support brackets must have integrated Skytrak channels for easy equipment mounting. Must provide modular display bracket to support 26-37 displays. Heavy duty boom arm must have 19 of upward travel and 12 of downward travel. Lightweight spring arm for flat screens must hold up to 110lbs. Spring arm must travel upward 23 and downward 23 based on ceiling height. Spring arm monitor brackets must have over rotation of 420 . Equipment carrier must be designed for future clinical requirements allowing additional video, medical gas, electrical and data to be added. 3. Articulation and Rotation: All articulation points of booms, lights, and flat screens must allow for up to 360 degrees of rotation, providing full flexibility and ease of use in all positioning. The boom monitor arms must be capable of accepting displays up to 37 with 420-degree flat screen rotation, enhancing viewing angles. 4. Height and Reach: The system must provide a minimum of 31 of vertical travel for equipment and 46 for displays on all height-adjustable arms to accommodate various user needs and equipment configurations. 5. Safety and Testing: Heavy equipment arms must utilize the Active Assist positioning and braking system, which automatically engages and disengages the braking function without user input (no buttons or handles). Each boom mount must be tested by a certified technician prior to installation to ensure deflection does not exceed the specified threshold. A report validating a successful test for each mount location must be provided. The system must undergo simulation loading and testing to ensure the solid construction and secure mounting structure of all components. 6. Installation: The installation of all booms and related equipment must be completed by factory-trained, certified technicians to ensure proper setup, functionality, and compliance with safety standards. Each boom mount must be tested by a certified technician prior to installation to ensure deflection does not exceed the specified threshold. A report validating a successful test for each mount location must be provided. Must include a post-installation report detailing all specifications have been met and are complete 7. Configurations: Surgical Boom Arm Configuration: The Surgical Boom arm, one display arms, and single light arms will be mounted on one single fixture hub/spindle (5 arms). *Not 2 separate spindles next to each other Heavy Equipment and Display Configuration: One heavy equipment arms, one display arm, and one surgical light will be mounted on a single fixture hub/spindle (4 arms). *Not 2 separate spindles next to each other Optional Combination of Multiple Arms: Provide up to 4 arms from one single spindle, allowing equipment carriers (or anesthesia), another equipment carrier (or anesthesia), 1 light-duty arm to support a display or small utility, and 1 surgical light to be combined from a single mounting structure. *Not 2 separate spindles next to each other Optional Combination of Multiple Arms: Up to 5 arms can be combined from one single spindle, allowing equipment carrier (or anesthesia), 1 or 2 light-duty arms for displays or small utility boxes, and 1 or 2 surgical lights from a single mounting structure. *Not 2 separate spindles next to each 8. Boom and Equipment Design: The monitor boom must have a minimum reach of 93 from the center of the boom hub to the center of the vertical tube supporting the monitor bracket. The design must allow all arms and components to be mounted on a single hub/spindle, ensuring efficient use of space and smoother operation. This includes configurations with multiple arms (e.g., equipment, displays, surgical lights) on one spindle, ensuring there are no separate spindles next to each other. The equipment carrier must be center-aligned for balanced load carrying and include optional modular front shelf supports to protect the equipment. These supports can be added or removed on-site, ensuring flexibility. The design must have no cantilevered shelving for a smaller rotational footprint. An Active Assist smart positioning system must be provided on the heavy-duty system, allowing automatic positioning without user input. This system ensures precise control, eliminating the need for buttons or manual adjustments. The equipment boom (head or foot) must include medical gas delivery/equipment boom, dual side-by-side displays or one independent display arms, and one or two surgical lights from a single hub. The design must also feature three supports/mounts for the shelves, ensuring proper load distribution and stability. Heavy equipment arms (300 series) must include integrated automatic Soft Stop braking to avoid sudden stops, reducing strain on both the user and equipment. This system will function without the need for external activation buttons. Each Boom arm must be a specific length and elevation to match the layout in the fabrication drawing. This will ensure proper clearance with all other ceiling and floor mounted equipment and ensure adequate reach and placement of all equipment specified by the fabrication drawing set.

Contacts
Contact nameManases Cabrera
Contact emailmanases.cabrera@va.gov
Contact phone(781) 687-4418
Same Region Opportunities