Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2025 SAM #8754
SPECIAL NOTICE

65 -- FY26-IMPLANTABLE PULSE GENERATOR INTENT TO SOLE SOURCE

Notice Date
11/12/2025 9:42:57 AM
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826Q0098
 
Response Due
11/17/2025 11:00:00 AM
 
Archive Date
11/27/2025
 
Point of Contact
Michael A Shook, Contract Specialist, Phone: 813-972-2000 Ext 2819
 
E-Mail Address
Michael.Shook@va.gov
(Michael.Shook@va.gov)
 
Awardee
null
 
Description
GENERAL: C.W. Bill Young Veterans Medical Center located at 10,000 Bay Pines Blvd, Bay Pines, Florida 33744, delivery from the Warehouse to Building 36 for equipment, has a requirement for four Inspire implantable pulse generator V (P/N: 3150) Name Brand Only. The product is requested to be delivered to Surgery Service, building 100, MOR. The ENT services require the Inspire 5 Implantable Upper Airway Stimulation (UAS) System to support veterans with moderate to severe Obstructive Sleep Apnea (OSA) who are unable to tolerate continuous positive airway pressure (CPAP) therapy. The Inspire 5 implant delivers mild electrical stimulation to the hypoglossal nerve during sleep, maintaining airway patency and preventing apneic events. The VA intends to enter a sole source arrangement for this requirement via Inspire Medical Systems Inc. Salient Characteristics for Inspire 5 implants: Functional Requirements Characteristic Requirement / Minimum Acceptable Rationale / Verification Brand / Model Compatibility Must be Inspire 5 (or latest FDA-cleared Inspire Medical Systems model) IPG compatible with existing Inspire software, leads, and accessories. Ensures interoperability with existing Inspire ecosystem and avoids incompatibility issues. Closed / Proprietary Ecosystem IPG must integrate seamlessly with Inspire s sensing and stimulation leads, patient remote, and clinician programmer. Maintains manufacturer warranty and compliance; substitutes not compatible. Battery Longevity Battery must support approximately 10 years of use under standard operating conditions with low power consumption. Reduces need for replacement surgery and long-term maintenance cost. Implantable Housing and Materials Constructed from biocompatible materials (e.g., titanium); safe for subcutaneous implantation below the clavicle/chest. Ensures patient safety, comfort, and biocompatibility. Sensing and Stimulation Function Must detect respiratory effort via sensing lead and deliver synchronized electrical stimulation to hypoglossal nerve. Critical for airway patency and therapeutic efficacy. MRI Conditional / Imaging Safety Device must be labeled MRI Conditional per manufacturer specifications for safe imaging procedures. Allows veteran patients to receive diagnostic imaging safely. Telemetry and Programming Capability Must support encrypted telemetry, clinician programming, and remote activation by patient controller. Allows secure follow-up, therapy adjustment, and device monitoring. Regulatory Approval and Support Device must be FDA-approved for treatment of OSA and supported by Inspire Medical Systems for warranty and service. Ensures safety, compliance, and quality assurance under VA standards. Lead and Software Compatibility Must connect with Inspire sensing and stimulation leads, previously purchased Inspire software, and programming cable. Protects prior government investment and maintains system integrity. Procedure and Recovery Alignment Design should allow for standard outpatient implantation (~60 90 minutes) via small incisions with minimal recovery. Supports efficient OR scheduling and patient throughput. Safety and Performance Monitoring Must include impedance and waveform monitoring for post-implant checks and malfunction detection. Reduces patient risk and improves quality control. PERIOD OF PERFORMANCE: The product is requested to be delivered no later than December 16, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/582acbb904234bfe89551a713967eaf7/view)
 
Record
SN07639593-F 20251114/251112230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.