J065--Steris Sterilizer Full Service Maintenance.
ID: 36C25224Q0662Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Veterans Affairs is seeking qualified contractors to provide full-service maintenance for Steris sterilizing equipment at the Edward Hines Jr. VA Hospital. The procurement includes calibration, preventative maintenance, and unlimited emergency on-site corrective maintenance for various Steris models, with a contract structure comprising an initial base period and four option years, starting from September 25, 2024, to August 31, 2025, with options extending through August 31, 2029. This maintenance is critical for ensuring the operational efficiency and safety of medical equipment used in veteran healthcare facilities. Interested contractors must demonstrate OEM training and experience, provide timely service within 24 hours for urgent requests, and comply with federal wage determinations, with inquiries directed to Contract Specialist Lori Eastmead at lori.eastmead@va.gov.

    Point(s) of Contact
    Lori EastmeadContract Specialist
    (414) 844-4840
    lori.eastmead@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines a forthcoming Request for Proposal (RFP) for full-service maintenance of Steris sterilizing equipment by the Department of Veterans Affairs (VA). The contract, referenced by solicitation number 36C25224Q0662, is set to be responded to by September 13, 2024, at 9:00 AM Central Time, and covers maintenance services categorized under the Product Service Code J065 and NAICS code 811210. The project's execution will occur at the specified zip code of 53214-1476, Milwaukee, WI. This notice serves to inform potential contractors about the maintenance needs for essential sterilization equipment used by the VA, emphasizing the importance of maintaining high standards for healthcare safety and regulatory compliance within veteran care facilities. All proposals must be submitted by the designated response date, and the file notes that the details will be archived 99 days following that deadline. This initiative reflects the VA's ongoing commitment to ensuring reliable and efficient sterilization processes in its healthcare operations.
    The document is a Request for Quote (RFQ) issued by the Department of Veterans Affairs for the full-service maintenance of Steris sterilizing equipment located at the Edward Hines Jr. VA Hospital. The scope includes calibration, preventative maintenance, and unlimited emergency on-site corrective maintenance for various Steris models. The contract will have an initial base period with four option years, where maintenance is to be performed in line with the manufacturer's specifications, at least annually. Key requirements include that contractors must have trained personnel, provide timely service within 24 hours for urgent requests, and submit detailed service reports after each visit. The RFQ specifies terms for invoicing, emphasizing electronic submission and strict adherence to facility requirements, such as drug-free policies and safety regulations. Contractor qualifications include OEM training and experience servicing similar equipment within the last three years. The document outlines the governmental procedures, timelines for site inspections, inquiry submissions, and emphasizes the importance of compliance with federal guidelines. Overall, this RFQ exemplifies the thoroughness and procedural rigor inherent to government contracts, especially relating to the healthcare sector's equipment maintenance needs.
    The document outlines an amendment to a solicitation for a full-service maintenance contract for Steris equipment at the Edward Hines Jr. VA Hospital. The amendment specifies the corrected identification of equipment under a specific serial number. The contract requires the contractor to provide all labor, transportation, parts, and expertise for calibration, preventative maintenance, and unlimited emergency repairs for government-owned equipment. The contract will consist of a base year and four optional years. To bid, contractors must have trained field representatives, provide proof of training, and have references from similar contracts. Key responsibilities include generating field service reports after maintenance, performing preventative maintenance as per manufacturer specifications, and ensuring timely responses to service calls (within 24 hours). Documentation must be maintained for Joint Commission purposes, and any new equipment can be added through contract modification. The document emphasizes the critical nature of safety and compliance during the service provision, indicating no access to sensitive VA information is required. This amendment reflects the ongoing commitment of the VA to maintain high standards of equipment performance and support for veterans' healthcare facilities.
    This document outlines an amendment to the Department of Veterans Affairs' procurement solicitation number 36C25224Q0662, detailing modifications to equipment maintenance contracts. The amendment includes the removal of a duplicated line item from the contract, specifically line item 0007, which was for the same equipment as line item 0006. The base and all option periods encompass full-service coverage for various Steris medical equipment across different locations, with contract periods starting from September 25, 2024, to August 31, 2025, and options extending through to August 31, 2029. The contractor is required to acknowledge receipt of this amendment, emphasizing the importance of timely compliance for the submission of revised offers. The document serves to ensure clarity in the procurement process, particularly for services regarding electronic and precision equipment repair and maintenance, aligning with federal requirements for RFP documentation and contractor obligations.
    The document is a wage determination register issued by the U.S. Department of Labor under the Service Contract Act (SCA), outlining required minimum wage rates for various occupations in Illinois, particularly within Cook, Du Page, and McHenry counties. Effective from July 22, 2024, it highlights wages based on the date the contract is awarded, referencing Executive Orders 14026 and 13658, specifying minimum wage rates of $17.20 and $12.90 respectively. Occupational titles and corresponding hourly rates are provided, categorized into various job families such as Administrative Support, Automotive Service, Health Occupations, and Information Technology. Additionally, fringe benefits, paid sick leave provisions under Executive Order 13706, and requirements for health and welfare are specified, including vacation entitlements and holiday pays. The document serves to inform federal contractors of their obligations regarding wage payments to employees working on federal service contracts. It also outlines procedures for contractors seeking to add classifications not listed in the wage determination. Overall, the document underscores the commitment to fair labor practices and compliance with federal wage laws.
    Lifecycle
    Similar Opportunities
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    J065--New Base+4 Medical Scale Svc (578)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and calibration services for multi-patient scales at Hines VA Hospital under Solicitation 36C25224Q0629. The procurement involves a firm fixed-price contract for preventative maintenance, inspections, and corrective repairs of various scale models, with a preference for calibrations to be completed in consecutive days within the designated month. This service is crucial for ensuring operational accuracy in medical settings, as the scales play a vital role in patient care across multiple healthcare services. Interested bidders must submit their proposals by September 20, 2024, and can direct inquiries to Contract Specialist Debbie Bruening at debbie.bruening@va.gov.
    H945--BOILER TUNING & SAFETY DEVICE TESTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for boiler tuning and safety device testing at the Edward Hines Jr VA Hospital in Hines, IL. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to clean grilles and fan systems, conduct Air Change (ACH) Testing, and replace filters, ensuring compliance with safety regulations and operational efficiency. This contract is a 100% small business set-aside with an estimated total value of $12.5 million, covering a base year from November 1, 2024, to October 31, 2025, with four optional extension years. Interested contractors should contact Susan Pasholk at susan.pasholk@va.gov for further details.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    6515--520-DME Long term contract (VA-24-00100687)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Durable/Home Medical Equipment and Accessories (DME/HME) services under the 520-DME Long Term Contract (VA-24-00100687). The procurement aims to identify companies capable of delivering, setting up, maintaining, and managing inventory for VA-owned DME/HME, ensuring compliance with Joint Commission standards and enhancing the quality of care for eligible Veterans and their caregivers. This initiative is critical for ensuring timely access to medical equipment and education on its use, while adhering to health and safety regulations. Interested vendors must submit their qualifications, including company details and socioeconomic status, by 2:00 PM Central on October 21, 2024, via email to Contracting Officer Kevin D Pollard at kevin.pollard2@va.gov. The contract will be firm-fixed priced and is subject to funding availability.
    J065--Medical Instrument Services RFQ Amendment
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Instrument Services at the Saginaw VA Medical Center in Michigan, with the contract anticipated to commence on November 1, 2024, and run through October 31, 2025. The procurement involves on-site repairs, preventative maintenance, and sterilization of surgical instruments, requiring contractors to perform tasks such as inspections, cleaning, and repairs from a mobile unit, all in compliance with established standards and manufacturer specifications. This initiative is crucial for maintaining high-quality healthcare services for veterans, ensuring that all medical instruments are in optimal working condition. Interested vendors must submit their quotes via email to the designated Contracting Officer by September 24, 2024, and may pose questions until September 9, 2024; registration with the System for Award Management (SAM) is also required.
    J065--Service and Maintenance for Varian Linear Accelerator Trilogy and Varian Aria and Eclipse Software
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to Varian Medical Systems for the service and maintenance of a Varian Linear Accelerator Trilogy and associated Aria and Eclipse software at the Philadelphia VA Medical Center. The contract aims to ensure the continuous reliability and safety of government-owned medical equipment through annual preventive maintenance and operational support over a base year with four optional years. This equipment is critical for patient care, necessitating adherence to strict safety and operational standards. Interested parties must submit capability information, including relevant experience and certifications, by 12:00 PM ET on October 1, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    6515--SURGICAL EQUIPMENT LEASE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the lease of surgical equipment through an unrestricted Request for Quotation (RFQ) identified as 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, such as digital capture devices, camera control units, and advanced surgical tools, with specific requirements for high-resolution imaging, EHR connectivity, and maintenance services over a base period and three optional renewal years. This initiative is critical for ensuring that healthcare providers have access to modern surgical equipment that meets operational standards and improves patient outcomes. Proposals are due by September 19, 2024, at 4:00 PM Pacific Time, and interested vendors should direct inquiries to Contracting Officer Deronte Reid via email.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.