Mobile Lithotripsy Services - 5 YR BPA - James H. Quillen VAMC
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 Department of Veterans Affairs (VA), specifically the James H. Quillen VA Medical Center, is soliciting proposals for Onsite Mobile Lithotripsy Services under a Combined Synopsis/Solicitation. This opportunity will result in a Five (5) year Firm-Fixed Price Blanket Purchase Agreement (BPA). The solicitation is Unrestricted, and quotes are due by April 21, 2026, at 10:00 A.M. Central Time.
Scope of Work
The contractor will provide onsite mobile lithotripsy services, including specialized laser equipment and certified Medical Laser Safety Officer (CLSO/CLSO-M) assistants. Key equipment includes various Holmium, GreenLight XPS, Aura XP, and CO2 laser systems. Assistants must be factory-trained, CLSO/CLSO-M certified, U.S. Citizens, proficient in English, and complete VA credentialing, including VETPRO enrollment and mandatory training. Services must meet or exceed The Joint Commission (TJC) standards. Stand-by/cancellation charges apply if laser use is not required after the assistant and laser are present.
Contract Details
- Type: Firm-Fixed Price Blanket Purchase Agreement (BPA)
- Duration: Five (5) one-year ordering periods, from May 1, 2026, through April 30, 2031.
- Set-Aside: Unrestricted
- Place of Performance: James H. Quillen VA Medical Center, Mountain Home, TN 37684.
- Product Service Code: Q525 (Urology Services)
- Anticipated Award Date: May 1, 2026.
- Insurance Requirements: Professional liability insurance of at least $1,000,000 per individual and $3,000,000 per occurrence.
Key Requirements & Compliance
- Personnel: Must adhere to strict VA personnel qualifications, conduct rules, infection control, and identification policies. Urgent/emergent response requires telephonic contact within 15 minutes and on-site presence within 2 hours.
- Equipment: All laser equipment must undergo inspection by VAMC Biomedical Engineering and be accompanied by a current Preventative Maintenance (PM) inspection sheet.
- Behavior & Security: Contractors and their personnel must comply with VA Contractor Rules of Behavior, including strict protocols for data handling, system access, and information security training. No Personal Identifiable Information (PII) is to be removed from the VAMC, except for limited invoicing details.
- Immigration: A mandatory Contractor Certification of Immigration (ATTACHMENT D.6) is required, affirming compliance with the Immigration and Nationality Act and E-Verify requirements.
- Organizational Conflicts of Interest (OCI): Bidders must address potential OCIs using the form in APPENDIX A (ATTACHMENT D.3).
- Quality Assurance: Performance will be evaluated against a Quality Assurance Surveillance Plan (QASP) (ATTACHMENT D.2) based on timeliness, quality care, patient safety, and patient satisfaction.
Submission & Evaluation
- Quotes Due: April 21, 2026, by 10:00 A.M. Central Time.
- Submission Method: Email to Rebecca.Espinoza@va.gov as a single searchable PDF, not exceeding 10 megabytes.
- Questions Due: April 6, 2026, by 10:00 A.M. Central Time, via email.
- Evaluation Criteria: Comparative evaluation of Technical Expertise, Price, and Past Performance. Award will be based on the best value to the Government.
- Eligibility: Contractors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI).
Contact Information
- Primary Contact: Rebecca Espinoza (rebecca.espinoza@va.gov, 615-225-6998).