6515--NX EQ Electrosurgical Units, Argon-Enhanced Coagulation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Veterans Health Administration (VHA) is seeking quotes for Electrosurgical Units (ESUs) with Argon-Enhanced Coagulation (AEC) systems under a Full and Open combined synopsis/solicitation (RFQ 36C10X26Q0059). This is for a single award Requirements contract to provide "Brand Name or Equal" equipment for VAMCs nationwide. Quotes are due April 15, 2026, by 11:59 PM EST.
Purpose
The VHA Non-Expendable (NX) National Program aims to establish an Enterprise-wide single Requirements contract for advanced ESUs with AEC. These systems are critical for precise tissue coagulation and devitalization in operating rooms, procedural suites, and endoscopy units across Veterans Affairs Medical Centers (VAMCs). They utilize radiofrequency energy and argon gas for uniform, noncontact coagulation, enhancing surgical efficiency and improving hemostasis.
Scope of Work
The requirement is for the Erbe® VIO 3 Electrosurgical Units, Argon-Enhanced Coagulation product line, or an "equal" product. Offerors must demonstrate how their proposed items meet seven specific salient characteristics, including:
- FDA clearance for cutting and coagulation.
- Centralized color touchscreen user interface.
- Compatibility with various monopolar and bipolar instruments.
- Modular argon plasma capability with adjustable gas flow and multiple waveforms.
- Advanced neutral electrode monitoring (e.g., NESSY technology).
- Compact design with multiple socket configurations and footswitch options.
- Minimum one-year manufacturer warranty, installation, training, and service support. Only new equipment is acceptable, and distributors must be authorized by the Original Equipment Manufacturer (OEM) with a letter dated within 12 months of the solicitation close.
Contract Details
- Contract Type: Single award Requirements contract with Firm-Fixed Price (FFP) delivery orders.
- Period of Performance: One 12-month base year and four 12-month option years.
- Set-Aside: Full and Open.
- NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing (Size Standard: 1,000 employees).
- Product Service Code: 6515 - Medical And Surgical Instruments, Equipment, And Supplies.
- Delivery: Free on Board (FOB) destination to VHA facilities in CONUS and OCONUS.
- SLA Fee: A 3.0% Service Level Agreement (SLA) fee must be embedded in all offered prices.
Submission & Evaluation
Offerors must submit quotes in four volumes: Technical, Past Performance, Price, and Offer/Amendments/Certifications. Quotes must include terms for cost/price and technical capabilities, detailing how "equal" products meet salient characteristics.
- Evaluation Factors (descending order of importance): Technical, Past Performance, Veterans Preference, and Price. Non-price factors combined are significantly more important than price.
- Technical Evaluation: Focuses on Design, Performance, Safety, and Quality/Construction/Training. All salient characteristics must be met.
- Past Performance: Requires completion of ATTACHMENT G (Past Performance Reference) and ATTACHMENT F (Past Performance Questionnaire) for references.
- The Government reserves the right to award without discussions.
Key Dates & Contacts
- Questions Due: April 09, 2026, by 11:59 PM EST.
- Quotes Due: April 15, 2026, by 11:59 PM EST.
- Submission Email: Daleta.Coles@va.gov and Hosea.Berkley@va.gov.
- Contacts: Daleta Coles (Contract Specialist) and Hosea Berkley (Contracting Officer).
Important Attachments
- ATTACHMENT A: Price Cost Schedule (for CLINs and pricing).
- ATTACHMENT B: Contract Administration (payment, reporting).
- ATTACHMENT C: Contract Clauses (SLA fee, ordering limits, gray market prohibition).
- ATTACHMENT D: Solicitation Provisions (submission, evaluation details).
- ATTACHMENT E: Reporting Tool (for sales data).
- ATTACHMENT F & G: Past Performance Questionnaire and Reference.