MODIFICATION
W -- Stryker Q Guidance System LEASE 523-26-2-7915-0009 VA-26-00043930
- Notice Date
- 3/18/2026 5:21:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0257
- Response Due
- 3/25/2026 1:30:00 PM
- Archive Date
- 05/24/2026
- Point of Contact
- Manases Cabrera, Contracting Officer, Phone: 781-687-4418
- E-Mail Address
-
manases.cabrera@va.gov
(manases.cabrera@va.gov)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201-1, Simplified procedures, 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 of 3/13/2026. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490, with a small business size standard of $40 Million. The FSC/PSC is W065. This is an unrestricted solicitation. The VA Boston Healthcare System is seeking to lease the Stryker Q Guidance System Brand Name or Equal. Salient Characteristics: Image Guided Surgical Navigation System (Cranial & Spine) General The offered Image Guided Surgical Navigation System shall be new, commercially available, and FDA cleared for use in both cranial and spine surgical navigation. The system must meet or exceed the following minimum salient characteristics. Any product that fails to meet all salient characteristics will be considered non responsive and ineligible for award. Clinical Application Requirements The system shall support image based surgical planning and intraoperative navigation for both cranial and spine neurosurgical procedures. The system shall provide real time 3D instrument tracking with accuracy suitable for complex neurosurgical workflows. The system shall support standard clinical imaging inputs including, at minimum, CT and MRI, and be capable of performing registration and intraoperative guidance using those images. Software Capabilities The system shall include cranial navigation capability enabling: Anatomical landmark registration Image fusion Trajectory planning Real time cranial navigation The system shall include spine navigation capability enabling: Vertebral level identification Registration appropriate for spinal anatomy Instrumentation guidance (e.g., pedicle screw trajectory guidance) Real time spinal navigation The navigation software shall display 3D and multiplanar reconstructed (MPR) views, adjustable overlays, and surgical visualization tools required for neurosurgical procedures. Hardware Platform Requirements The system shall be mounted on a mobile, OR compatible cart or tower designed for sterile surgical environments. The system shall include at least one surgical grade display with sufficient brightness and resolution for intraoperative visibility under OR lighting. The system shall employ optical, electromagnetic, or equivalent tracking technology capable of achieving neurosurgical grade accuracy for cranial and spine procedures. The system shall include all required components for full functionality, including but not limited to: Tracking cameras/sensors Reference frames Instrument trackers Sterile adapters Necessary mounts, cables, and accessories System Completeness and Integration The system shall be delivered turnkey, fully installed, configured, and validated for clinical use. The system shall integrate effectively into existing operating room workflows without requiring major OR reconfiguration. Training and Documentation The contractor shall provide on site clinical training for surgeons and perioperative staff to ensure operational proficiency. The contractor shall provide complete user manuals, IFUs, training guides, and system configuration documents. Regulatory and Safety Requirements The system shall have current FDA clearance for both cranial and spine navigation applications at the time of offer. All electrical, mechanical, and software components shall comply with applicable VA, Joint Commission, NFPA, and OSHA safety standards and requirements. Warranty and Technical Support The system shall include a manufacturer supported warranty, covering hardware, software, service, and technical support. The contractor shall provide a preventive maintenance (PM) schedule and meet all manufacturer recommended service intervals. Security, Privacy, and Records Compliance Contractor personnel entering VA spaces shall comply with all badging, escorting, and mandatory training requirements. If the system involves access to VA networks, systems, or sensitive information, the contractor shall comply with VA Handbook 6500, VA Handbook 6500.6, and all Privacy Officer (PO), Information System Security Officer (ISSO), and Records Officer (RO) requirements. The contractor shall provide any required cybersecurity documentation, including but not limited to CSCA or other artifacts required for Government Risk and Compliance (GRC) processes. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Stryker Q Guidance Equipment Lease Contract Period: Base POP Begin: 05-01-2026 POP End: 04-30-2027 PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): EQUIPMENT LEASE 1001 12.00 MO __________________ __________________ Stryker Q Guidance Equipment Lease Contract Period: Option 1 POP Begin: 05-01-2027 POP End: 04-30-2028 PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): EQUIPMENT LEASE 2001 12.00 MO __________________ __________________ Stryker Q Guidance Equipment Lease Contract Period: Option 2 POP Begin: 05-01-2028 POP End: 04-30-2029 PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): EQUIPMENT LEASE 3001 12.00 MO __________________ __________________ Stryker Q Guidance Equipment Lease Contract Period: Option 3 POP Begin: 05-01-2029 POP End: 04-30-2030 PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): EQUIPMENT LEASE 4001 12.00 MO __________________ __________________ Stryker Q Guidance Equipment Lease Contract Period: Option 4 POP Begin: 05-01-2030 POP End: 04-30-2031 PRINCIPAL NAICS CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary MANUFACTURER PART NUMBER (MPN): EQUIPMENT LEASE GRAND TOTAL __________________ Delivery shall be provided no later than 5/1/2026. Place of Performance/Place of Delivery WEST ROXBURY VAMC 1400 VFW PARKWAY WEST ROXBURY, MA 02132 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: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations and certifications based on provisions that are not included in this solicitation. Examples include 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.242-91 Security Prohibitions and Exclusions, 52.240-92 Security Requirements, and 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (a)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number; (2)� The time specified in the� solicitation� for receipt of� quotations; (3)� The name, address, and telephone number of the� quoter; (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� Acknowledgment of� Quotation� Amendments; (9)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (b)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (c)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (e)� Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2)� The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3)� The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4)� A summary of the rationale for award. (5)� For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6)� Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request. E.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.216-1 TYPE OF CONTRACT (DEVIATION) NOV 2025 52.240-90 SECURITY PROHIBITIONS AND EXCLUSIONS REPRESENTATIONS AND CERTIFICATIONS (DEVIATION) NOV 2025 52.204-7 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) NOV 2025 52.214-21 DESCRIPTIVE LITERATURE APR 2002 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION JUN 2020 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 (End of Addendum to 52.212-1) (End of provision) 52.212-2� Evaluation Commercial Products and Commercial Services. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will award a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Past Performance Veterans Involvement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process, where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) that is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified with the SBA at the time of both quotation submission and the time of award and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the SBA Small Business Search and meet federal small business size standards for the NAICS code assigned to this solicitation at the time of both quotation submission and award. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. (End of Provision) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2025] ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation will be furnished to the Contractor. (End of Clause) C.2 VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. (End of Clause) C.3 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.240-91 SECURITY PROHIBITIONS AND EXCLUSIONS (DEVIATION) NOV 2025 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (DEVIATION) NOV 2025 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 852.246-71 52.225-5 52.225-6 52.203-11 52.203-18 52.229-11 52.203-6 52.203-17 52.203-19 52.204-9 52.209-6 52.203-19 52.204-9 52.209-9 REJECTED GOODS � Trade Agreements � Trade Agreements Certificate. Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) (DEVIATION SEP 2025) ALT I. Restrictions on Subcontractor Sales to the Government.(NOV 2021) Contractor Employee Whistleblower Rights. (NOV 2023) Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) Personal Identity Verification of Contractor Personnel (JAN 2011) ALT I. Restrictions on Subcontractor Sales to the Government.(NOV 2021 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) Personal Identity Verification of Contractor Personnel (JAN 2011) Updates of Publicly Available Information Regarding Responsibility Matters. (OCT 2018) (DEVIATION NOV 2025) OCT 2018 NOV 2023 FEB 2021 SEP 2024 JAN 2017 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025) 52.219-8 Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) 52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025) 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (MAR 2026) 52.222-35 Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) 52.222-37 Employment Reports on Veterans. (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) 52.222-50 Combating Trafficking in Persons. (NOV 2021) 52.223-23 Sustainable Products. (MAY 2024) (DEVIATION NOV 2025) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025) 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUN 1988) (DEVIATION NOV 2025) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (End of Addendum to 52.212-4) All responses shall be sent to the Contracting POC Manasés Cabrera at manases.cabrera@va.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 4/3/2026 at 4:30 PM via email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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 Contracting POC Manasés Cabrera at manases.cabrera@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/87df86ce3ed0402fad910c803b7fd6ed/view)
- Place of Performance
- Address: West Roxbury VAMC 1400 VFW Parkway, West Roxbury 02132, USA
- Zip Code: 02132
- Country: USA
- Zip Code: 02132
- Record
- SN07748737-F 20260320/260318230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |