Opportunity

SAM #36C25226Q0399

VA Solicitation for 21 KCI Solventum V.A.C. Ulta Therapy Units with Veraflow Therapy for Hines VA Hospital

Buyer

VA Contracting Office 252

Posted

April 27, 2026

Respond By

May 04, 2026

Identifier

36C25226Q0399

NAICS

339112, 423450

This procurement opportunity is issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, for the Edward Hines Jr. VA Hospital in Hines, Illinois. - Government Buyer: - Department of Veterans Affairs (VA), Great Lakes Acquisition Center, Network Contracting Office 12 - OEM Highlight: - KCI Solventum is the specified Original Equipment Manufacturer (OEM) - Products Requested: - 21 V.A.C. Ulta Therapy Units with V.A.C. Veraflow Therapy - Part Number: NKV330-ETCO-ZA - Brand name only; no substitutes accepted - Designed for advanced negative pressure wound therapy for complex wound management - Trade-In Requirement: - Trade-in discounts for 20 old wound vac units (serial numbers provided) - Unique/Notable Requirements: - Equipment must be compatible with existing consumables and therapy components - Offerors must provide documentation verifying authorized dealer status from KCI Solventum - Compliance with federal and VA-specific acquisition regulations is mandatory - Delivery: - FOB destination delivery to Edward Hines Jr. VA Hospital, Hines, IL - Delivery required within a specified number of days after receipt of order - Place of Performance: - Edward Hines Jr. VA Hospital, Hines, Illinois

Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. This solicitation is Brand Name Only Unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a small business size standard of 1000 Employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The Great Lakes Acquisition Center, on behalf of the Edward Hines, Jr. VA Hospital Hines, IL is seeking to purchase a one-time buy Brand Name Only for V.A.C. Therapy units With V.A.C. Veraflow Therapy. All interested companies shall provide quotations for the following items: Item Description Serial Number Qty. Unit Measure Unit Price Total Price 0001 V.A.C. Therapy units With V.A.C. Veraflow TherapyPart Number # NKV330-ETCO-ZA 21 EA. 0002 Trade-in discount upon receipt per V.A.C. Therapy Unit.GAAC04305GAAC05437GAAC05457GAAC05476GAAC05468GAAC05479GAAC05452GAAC05465GAAC05496GAAC05495GAAC05463GAAC05434GAAC05467GAAC05455GAAC05436 15 EA. 0003 Trade-in discount upon receipt per V.A.C. Therapy Unit.GAAC01619GAAC00272GAAC00222GAAC00309GAAC00226 5 EA. STATEMENT OF WORK Contracting Officer's Representative (COR) COR Name: TBD VA Name: Edward Hines Jr. VA VA Address: 5000 S. 5th Ave Hines IL, 60141 E-Mail Address: TBD Vendor Name: KCI Solventum Vendor POC Name & email: TBD Contract Title: Procurement of 21 V.A.C. Therapy units with V.A.C. Veraflow Therapy Purpose: The purpose of this SOW is to request and justify the replacement of 21 VAC Ulta Negative Pressure Wound Therapy Units. This equipment is essential for providing continuous NPWT to patients with complex wounds requiring advanced healing support. Background: We are purchasing 21 new V.A.C. Therapy units to replace 20 end of life Wound Vacs. The current wound Vacs can only be serviced for 7 years. After that time, Solventum no longer provides Preventive Maintenance, cleaning, and replacement parts. The V.A.C Ulta Therapy Units provide negative pressure wound therapy and are vital for Hines VA Hospital day-to-day operations in wound management therapy. Situation: Wound vacs play a very important role in wound healing, especially for large, deep wounds. The negative pressure they create at the wound bed help to stabilize the wound environment, reduces wound edema and bacterial load, collect wound exudate, improves tissue perfusion, and stimulates granulation tissue and angiogenesis. Indications for use include, but are not limited to, pressure injuries, diabetic foot ulcers, traumatic wounds, skin graft fixation, flap salvage, burns, crush injuries, sternal/abdominal wound dehiscence and fasciotomy wounds. The services that frequently use this wound treatment option include, Wound Care, Surgery, Podiatry and Vascular. The use of wound vacs also helps to reduce the need for costly reconstructive surgery. Without wound vacs as a treatment option, Veterans would incur much longer healing times as well as longer inpatient length of stay. There will be a higher potential for skin graft and surgical flap failure. All of which will lead to increased cost of treatment for wound healing. Scope: Procure new V.A.C. Therapy Unit to replace units that are nearing End of Life. Ensure compatibility with existing consumables and therapy components. Deliver replacement units to multiple areas throughout the hospital and return old units for possible trade-in credit. Contractor Requirements: NA Place of Performance: See delivery location Delivery Date: ___ days ARO.Delivery, FOB Destination Place of Delivery Edward Hines, Jr. VA Hospital5000 South 5th AvenueHines IL 60141-5000UNITED 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 (SEPT 2023) (DEVIATION OCT 2025) See Attachment 1. FAR 52.212-2, Evaluation-Commercial Items (DEVIATION AUGUST 2025) Jim says can be referenced but Check list has [F] in it. My mistake, Matt is correct - should be FT. Combine with evaluation criteria that you have below on page 7, then remove the info on page 7. Refer to Attachment2 FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024) FAR 52.203-18 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017) FAR 52.204-7, System for Award Management (DEVIATION NOV 2025) FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products.(FEB 2021) FAR 52.225-2, Buy American Certificate (OCT 2022) - Refer to Attachment 3 FAR 52.225-4, Buy American Free Trade Agreements Israeli Trade Act Certificate ALT III (JAN 2025) FAR 52.225-6, Trade Agreements Certificate (FEB 2021) - Refer to Attachment 4 FAR 52.233-2, Service of Protest (SEP 2006) FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (NOV 2025) (DEVIATION) FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020) VAAR 852.215-72, Notice of Intent to Re-Solicit (OCT 2019) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) 252-6 VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-6, ALT I. Restrictions on Subcontractor Sales to the Government. (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-13, System for Award Management Maintenance (DEVIATION NOV 2025) FAR 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (DEVIATION NOV 2025) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEVIATION NOV 2025) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) FAR 52.219-8, Utilization of Small Business Concerns (DEVIATION NOV 2025) FAR 52.219-14, Limitations on Subcontracting (NOV 2025) (DEVIATION) FAR 52.219-33, Nonmanufacturer Rule (NOV 2025) (DEVIATION) FAR 52.222-3, Convict Labor (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. (MAR 2026) (DEVIATION NOV 2025) FAR 52.222-35, Equal Opportunity for Veterans (DEVIATION NOV 2025) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (NOV 2025) (DEVIATION) FAR 52.222-37, Employment Reports on Veterans (DEVIATION NOV 2025) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEVIATION NOV 2025) FAR 52.222-50, Combating Trafficking in Persons (Deviation) Alternate I (DEVIATION OCT 2025) FAR 52.222-54, Employment Eligibility Verification (DEVIATION NOV 2025) FAR 52.223-23, Sustainable Products (DEVIATION FEB 2025) FAR 52.225-1, Buy American Supplies (NOV 2025) (DEVIATION) FAR 52.225-5, Trade Agreement (NOV 2023) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.229-3, Federal, State, And Local Taxes (DEVIATION SEP 2025) FAR 52.232-30, Installment Payments for Commercial Products and Commercial Services (NOV 2021) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3, Protest After Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91, Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Productions and Services (DEVIATION NOV 2025) FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020) This should be added as an attachment X and filled in. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services. See Attachment 1. Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. A completed copy of FAR 52.212-2, Evaluation-Commercial Items (DEVIATION AUGUST 2025). See Attachment 2. A completed copy of FAR 52.225-2, Buy American Certificate (OCT 2022) See Attachment 3. A completed copy of FAR 52.225-6 Trade Agreements Certificate. See Attachment 4. A completed copy of FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020) See Attachment 5. A completed copy of 852.240-70, Compliance with Public Law 119-37, Section 258 (DEVIATION MAR 2026). Should be attachment x and full. See checklist Refer to Attachment 6 Responses should contain your best terms, conditions. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. 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 15:00 Central Daylight Time on May 5, 2026. Responses should be sent to the Contract Specialist Waymon McNeal at waymon.mcnealjr@va.gov. Late submissions shall be treated in accordance with the solicitation provision at RFO FAR 52.212-1(c). 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 Waymon McNealContract SpecialistNetwork Contracting Office 12waymon.mcnealjr@va.gov

View original listing