Sterile Processing Services
ID: W91YTZ25QA014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Feb 5, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for Sterile Processing Services to support the Sterile Processing Department at Womack Army Medical Center in Fort Liberty, North Carolina. The contractor will be responsible for the transportation, sterilization, and timely return of surgical medical instrumentation, particularly when internal resources are unavailable, with a maximum performance period of 48 months. This procurement is critical for maintaining health standards and operational efficiency in patient care, ensuring compliance with ANSI/AAMI and OSHA standards, and implementing quality control measures. Interested vendors should contact Angelica Brown at angelica.d.brown.mil@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil for further details, and note that the total purchase limitation is set at $150,000, with proposals due as specified in the solicitation documents.

Files
Title
Posted
The Performance Work Statement (PWS) outlines a Bulk Purchase Agreement for stand-by sterile processing services at Womack Army Medical Center (WAMC) in Fort Liberty, NC. The contractor is responsible for the transportation and sterilization of surgical medical instrumentation, providing services when internal resources are unavailable. The agreement is intended to gather data for future contracts and spans a maximum of 48 months. Key requirements include the collection, processing, and return of surgical trays within 12 hours, compliance with ANSI/AAMI and OSHA standards, and quality control measures involving inspections and issue reporting via Service Reports. The contractor must maintain a system for tracking instrument trays and provide a contingency plan for potential service disruptions. The government will supply forms, publications, and instruments for sterilization, while the contractor must furnish all other necessary tools and facilities. Specific security protocols are also established for contractor personnel entering military installations. Overall, this PWS emphasizes adherence to health standards, quality assurance, and operational efficiency in sterile processing services to support patient care at WAMC.
The document outlines a Request for Proposal (RFP) titled W91YTZ25QA014 for sterilization services related to surgical medical instrumentation, initiated by the Medical Readiness Contracting Office-East. It includes mandatory details such as a requisition number, solicitation number, key personnel contact information, and instructions for bids, emphasizing unrestricted participation and compliance with various federal regulations, including the Federal Acquisition Regulation (FAR). The contractor is required to deliver sterile processing services, with payment restrictions outlined, including a $150,000 purchase limitation and specific invoicing protocols via Wide Area Workflow (WAWF). The document specifies the importance of compliance with privacy laws such as HIPAA and the Privacy Act concerning personal and health information. Furthermore, it mandates annual reviews, notification processes for breaches, and training on confidentiality regulations for contractor staff. Additionally, the text explains various clauses regarding small business participation, limitations on subcontracting, and other contractual obligations aimed at ensuring regulatory compliance and service quality. The RFP clearly establishes the scope, expectations, and legal requirements governing the proposed sterilization services over a four-year performance period. Overall, it illustrates the government's structured approach to procurement, highlighting accountability and compliance with federal standards.
Jan 27, 2025, 6:05 PM UTC
The document outlines the Steam and VPro product processing services offered for surgical instruments and vendor trays, specifically highlighting the emergency categories for sterilization. The services include full processing, sterilize-only, and wash-only options for various product types, such as surgical instrument trays, peel packs, and DaVinci peel packs. Additionally, the document mentions vendor trays that provide similar services without replenishment requirements. It also details additional fees associated with these services, including a one-time setup fee, round-trip logistics fee, and a minimum emergency processing fee. The purpose of this document is to inform potential vendors or partners about the specific services and costs involved in processing medical instruments under emergency conditions, likely in response to federal or state RFPs and grant applications related to healthcare services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Healthcare Linen Services for Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC), Carlisle Barracks, PA.
Buyer not available
The Department of Defense is soliciting proposals for healthcare linen and laundry services for the Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC) located at Carlisle Barracks, Pennsylvania. The contract, which is set aside for small businesses under NAICS code 812331, requires the contractor to manage the pick-up, transport, cleaning, and return of approximately 8,600 pounds of government-owned linen annually, adhering to strict quality and safety standards. This service is critical for maintaining hygiene and infection control in healthcare settings, ensuring that military personnel receive quality care. Interested vendors must submit their proposals electronically by April 17, 2025, and direct any inquiries to Cotrena Y. Brown-Johnson or Ricardo Cordero Cruz via the provided email addresses. Compliance with federal wage standards and registration in the System for Award Management (SAM) is mandatory for proposal consideration.
Y1DB--Install SPS Equipment Sources Sought
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking qualified vendors for a construction project involving site preparation for the installation of new Sterile Processing Services (SPS) equipment at the Durham VA Medical Center in North Carolina. The project aims to replace outdated sterilization equipment, ensuring compliance with federal and local codes while minimizing disruption to ongoing SPS operations, which function 24/7. The anticipated contract value ranges from $500,000 to $1,000,000, with a performance period of 365 days from the Notice to Proceed. Interested parties must submit their qualifications and responses by 3:00 PM EDT on April 15, 2025, to Contract Specialist Erica Manglona at erica.manglona@va.gov.
Solicitation - Wireless Automated Hearing Test Systems
Buyer not available
The Department of Defense, specifically the Army's Medical Readiness Contracting Office - East, is issuing a solicitation for the procurement of Wireless Automated Hearing Test Systems (WAHTS) to support the Hearing Conservation Clinic at Womack Army Medical Center in Fort Bragg, North Carolina. The contract requires the supply of eight WAHTS AC Systems, including annual calibration, software access, and necessary accessories, with an emphasis on urgency due to compliance with updated Hearing Conservation Program requirements. This procurement is particularly significant as it aims to enhance soldier readiness and is set aside for small businesses, promoting participation from Women-Owned Small Businesses (WOSB) and economically disadvantaged entities. Interested contractors should direct inquiries to Cotrena Y. Brown-Johnson at cotrena.y.brownjohnson.mil@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
Buyer not available
The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The primary objective is to provide comprehensive medical materiel management, logistics support, and technical assistance to enhance Army medical readiness, particularly concerning Soldier Medical Devices (SMD). This procurement is crucial for ensuring that medical equipment and support services are efficiently delivered to military personnel, thereby maintaining operational effectiveness and healthcare standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Water for Injection/Pure Steam Generation and Distribution Systems Maintenance
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals from small businesses for the maintenance of Water for Injection (WFI) and Pure Steam Generation systems at the Walter Reed Army Institute of Research in Silver Spring, Maryland. The contract encompasses a range of maintenance services, including quarterly, semiannual, and annual tasks, as well as emergency response capabilities, all aimed at ensuring compliance with Current Good Manufacturing Practices (CGMP). This maintenance is critical for supporting the facility's mission of enhancing Soldier health through biological product research. Interested vendors must submit their proposals by April 15, 2025, and can direct inquiries to Ashley Atkins at ashley.n.atkins.civ@health.mil or by phone at 301-619-2297.
Surgical Instrument Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Surgical Instrument Maintenance and Repair Services at various military medical facilities, including Naval Hospital Sigonella, Naval Hospital Naples, and NMRTC Rota in Europe. The contractor will be responsible for on-site repair and maintenance of surgical and dental instruments, ensuring their operational readiness through services such as inspection, cleaning, lubrication, and repair of over 12,000 items. This procurement is critical for maintaining the quality and availability of medical equipment in military settings, emphasizing compliance with federal regulations and quality assurance standards. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Gregory M. Crump at gregory.m.crump.civ@health.mil.
Sterile Processing Service Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
Dental Delivery Units with Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Dental Delivery Units with Accessories for the Budge & Rhoades Clinic at Brooke Army Medical Center in Fort Sam Houston, Texas. This solicitation, identified as W81K0025QA042, aims to enhance dental service capabilities within government healthcare facilities by acquiring essential dental equipment, including chairs and delivery systems, with a focus on promoting participation from Women-Owned Small Businesses (WOSBs). Interested vendors must submit their offers by April 18, 2025, at 10:00 AM Central Standard Time, and all inquiries should be directed to Mr. Wayne Thompson at (210) 221-5022 or via email at wayne.v.thompson3.civ@health.mil. The contract period is set from April 30, 2025, to April 29, 2026, with all transport costs to be borne by the contractor.
MEDICAL ASEPTIC CLEANING SERVICES
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Medical Aseptic Cleaning Services, Management of Linen Services, and minor facilities and grounds maintenance for the 86th Medical Group at Ramstein Air Base and the 52nd Medical Group at Spangdahlem Air Base in Germany. The procurement aims to ensure high standards of cleanliness and hygiene in healthcare environments, including hospital and dental treatment facilities, while adhering to military and federal regulations. This firm-fixed-price contract will be awarded based on a combination of technical approach, experience, and price, with a focus on delivering the best value to the government. Interested parties must submit their proposals electronically by April 17, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil.