Radiofrequency Ablation Unit
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 256-NETWORK CONTRACT OFFICE 16 (36C256), is soliciting proposals for a Radiofrequency Ablation Unit. This is a Solicitation for a Firm-Fixed-Price contract, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) set-aside. The equipment is required for cross-training at the Central Arkansas Veterans Healthcare System (CAVHS) in North Little Rock, AR. Proposals are due May 27, 2026, at 10:00 AM CDT.
Scope of Work
The contractor shall provide, transport, and configure one (1) needle-guided Radio Frequency (RF) Generator for hot ablations, including Reusable Medical Equipment (RME) and expendables. All equipment and configuration must meet manufacturer and VA specifications. The contractor is responsible for furnishing all supplies, equipment, and services for delivery and configuration, and for any missing parts.
Key Requirements / Deliverables
- Equipment: One (1) MULTIGEN2 RF GENERATOR (Part #8400-000-000), one (1) MULTIGEN2 SPLITTER CABLE (Part #8400-800-000), and one (1) Monopolar Return Electrode Cable (Part #0406-850-200). Part numbers are for reference; offers must meet or exceed salient characteristics.
- Performance: Generator must output up to 100 watts, allow lesion order selection, create strip lesions without electrode removal, feature a 12.1-inch touchscreen LCD, allow preset settings, track electrode uses, and be compatible with specific cannula types (V-shape, side-port, monopolar/bipolar, 20-gauge).
- Compatibility: Must be compatible with interventional radiology (IR) Radiology Service and PMR needs for HOT RF generators with eighteen (18) gauge bores.
- Dimensions: Standard three (3) foot by three (3) foot footprint; tabletop size.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Base contract period begins May 29, 2026, and ends August 27, 2026.
- Delivery: Within ninety (90) days after contract award to 2200 Fort Roots Drive, Bldg 182, North Little Rock, AR 72114. Deliveries accepted Monday-Friday, 8 AM - 4 PM CST.
Submission & Evaluation
- Submission Deadline: May 27, 2026, 10:00 AM CDT.
- Submission Method: One (1) electronic copy via email to Carmyn.Williams@va.gov. No faxed quotes.
- Quote Format: Microsoft Word or Adobe Acrobat format, virus checked.
- Evaluation: Comparative evaluation process considering technical capability and price. Offerors must meet SOW requirements. Past performance will be utilized from CPARS and other government resources.
Eligibility / Set-Aside
- Set-Aside: Total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- NAICS Code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing), Size Standard: 1250 Employees.
- Requirements: Offerors must be certified SDVOSBs listed in the SBA certification database at the time of offer and award. Compliance with limitations on subcontracting is required.
Notes
- Brand Name or Equal: For "equal" products, offerors must comply with FAR 52.211-6, identifying make/model and providing descriptive literature.
- OEM Authorization: Current OEM authorization to sell and distribute products is required for brand name or equal products and must be submitted with the technical quote.
- Contract Clauses: Numerous FAR and VAAR clauses are incorporated by reference.