Surgical Laser Rental Services
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 Network Contracting Office 15, is soliciting quotes for Surgical Laser Rental Services for the Kansas City VA Medical Center in Kansas City, MO. This requirement is for comprehensive surgical laser support, including equipment, accessories, and qualified technician services. This is an Unrestricted (Full and Open Competition) procurement. Offers are due by March 09, 2026, at 11:00 am CST.
Scope of Work
This solicitation covers the rental of medical laser equipment, disposables, and certified/credentialed technicians on an as-needed, case-by-case basis during normal business hours (Monday-Friday, 7:30 a.m. to 7:00 p.m.). Specific equipment required includes 120H Holmium Laser w/ Moses Technology, CO2 laser systems, GreenLight laser systems, KTP laser systems, and Lithotripsy laser systems. The contractor must also provide accessories, supplies (e.g., laser fibers, handpieces), and qualified technician support for setup, operation, and malfunction response. Equipment must be delivered to the OR front desk at least one hour prior to scheduled procedures, and sterilization of items must be completed by Sterile Processing Service (SPS) at least two business days beforehand. Contractors must provide hard copies of current maintenance records for all equipment.
Contract Details
- Type: Firm Fixed Price, Indefinite-Delivery/Indefinite-Quantity (ID/IQ)
- Period of Performance: A five (5) year ordering period
- Estimated Value: Approximately $40 Million
- Delivery: FOB Destination
Submission & Evaluation
Offers must be submitted electronically via email to veronica.flores@va.gov by March 09, 2026, at 11:00 am CST. Submissions should be in two parts: a Priced Response and a Non-Priced Response. Questions regarding the solicitation are due by March 5, 2026, at 11:00 am CST, also via email to the same address. Evaluation factors include Technical Capability, Past Performance, and Price, with Technical and Past Performance combined being significantly more important than price.
Eligibility
This acquisition is Unrestricted (Full and Open Competition). Offerors must be registered in the System for Award Management (SAM.gov) and complete electronic annual representations and certifications. If applicable, Veteran Owned Small Businesses (VOSB) and Service-Disabled Veteran Owned Small Businesses (SDVOSB) must be verified in the SBA Dynamic Small Business Search. Non-OEM firms are required to submit an Authorized Distributor Letter with their quote. The NAICS Code is 532490 ($40.0 Mil size standard) and PSC Code is W065.
Additional Notes
The solicitation incorporates various FAR clauses by reference, including FAR 52.212-1, 52.212-4, and 52.212-5. Attachment A provides a detailed price schedule. The primary contact is Betty Flores (veronica.flores@va.gov). The place of performance is the Kansas City VA Medical Center, 4801 East Linwood Boulevard, Kansas City, MO 64128-222.