J065--STX - PM for Primus Sterilizer
ID: 36C25724Q0992Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

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
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide preventive maintenance services for the Primus PSS5-B Sterilizer Model 18150 at the South Texas Veterans Affairs Medical Center in San Antonio, Texas. The contract, valued at $12.5 million, will commence on October 15, 2024, and includes a base year with four optional years, emphasizing the need for biannual inspections, emergency service capabilities, and compliance with health regulations. This procurement is critical for ensuring the reliable operation of sterilization equipment essential for healthcare services provided to veterans. Interested small businesses must submit their proposals by September 24, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further information.

    Point(s) of Contact
    Jesus CasianoContract Specialist
    (210) 617-5377 x 19262
    jesus.casiano@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Combined Synopsis/Solicitation Notice for the procurement related to the Primus Sterilizer's preventive maintenance services. This solicitation, numbered 36C25724Q0992, calls for responses by September 24, 2024, at 10:00 AM Central Time. It is set aside for Small Business Administration (SBA) participants and falls under the Product Service Code J065 and NAICS Code 811310. The contracting office is located at 5441 Babcock Road, San Antonio, Texas, 78240, with the place of performance being the South Texas Veterans Affairs Medical Center at 7400 Merton Minter, San Antonio, Texas, 78229. Additional information, including relevant attachments like the Request for Quotation (RFQ) and wage determination documents, is provided for potential bidders. The main objective of this solicitation is to ensure the reliable functioning of the Primus Sterilizer through professional maintenance, reflecting the VA's commitment to maintaining efficient healthcare machinery for veteran services.
    The U.S. Department of Labor's Wage Determination No. 2015-5253 outlines minimum wage and fringe benefit requirements for federal contracts subject to the Service Contract Act, particularly for areas in Texas. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document includes a comprehensive list of occupations with corresponding wage rates and notes additional benefits, such as health and welfare compensation, paid leave under Executive Order 13706, and standard vacation and holiday provisions. It also details compliance processes for unlisted job classifications and specifies requirements for contractors regarding uniforms and hazardous pay differentials. This information is essential for ensuring fair compensation and benefits for workers under federal contracts, reflecting the government's commitment to uphold labor standards and employee rights.
    This document details a Request for Proposal (RFP) by the Department of Veterans Affairs for a maintenance contract concerning the Primus PSS5-B Sterilizer Model 18150. The contract is set to commence on October 15, 2024, with an award amount of $12.5 million, encompassing a base year and four optional years leading to 2029. The vendor is required to provide a comprehensive preventive maintenance service plan, including biannual inspections, capability for emergency service visits, and adherence to specific regulatory standards. The contractor must possess technical qualifications and experience in relevant health regulations. Additional procurement stipulations are outlined, such as payment processes via the Tungsten Network, requirements for electronic invoice submission, and compliance with federal regulations, including those pertaining to small business set-asides. The document also specifies evaluation criteria for awards, emphasizing technical capability, past performance, and pricing. The overall goal is to ensure the seamless operation of sterilization equipment critical for healthcare services while adhering to compliance and performance standards laid out by the government.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6835--Liquid Nitrogen Tanks
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the rental of liquid nitrogen tanks and the supply of medical-grade liquid nitrogen for the Blood Bank Department at the South Texas Veterans Health Care System in San Antonio, Texas. Vendors are required to provide tanks essential for preserving stem cells used in chemotherapy treatment, with operational requirements including weekly rentals, monthly billing cycles, and compliance with FDA regulations. This procurement is critical for maintaining the integrity and safety of medical supplies within the VA healthcare system. Proposals must be submitted by 10 AM Central Time on September 23, 2024, with inquiries directed to Contract Specialist Susan Flores at susan.flores2@va.gov or (210) 694-6227.
    6515--NX EQ Washers Lab Surgical Instrument Ultrasonic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Washers Lab Surgical Instrument Ultrasonic units under Solicitation Number 36C10G24R0004. The objective is to acquire brand name or equivalent ultrasonic cleaning equipment designed for the effective removal of biological debris and contaminants from surgical instruments and labware, which is critical for maintaining hygiene and safety in VA Medical Centers nationwide. This procurement will establish a single award Requirements Contract with a base period of 12 months and four optional 12-month renewals, emphasizing compliance with specified technical requirements and the inclusion of ancillary products that enhance functionality. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Contract Specialist Alex Beck at Alex.Beck1@va.gov.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.
    F103--Legionella Water Testing - Base Plus 4 Option Yrs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to conduct Legionella water testing services for the South Texas Veterans Health Care System, with a contract period starting November 1, 2024, and extending through October 31, 2025, including four optional one-year extensions. The contractor will be responsible for the quarterly collection and analysis of water samples at designated facilities in San Antonio and Kerrville, ensuring compliance with federal and state regulations as outlined in the Statement of Work. This procurement is critical for maintaining health and safety standards in veteran healthcare facilities by monitoring and managing water quality risks associated with Legionella. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by October 4, 2024, at noon Central Time, and can contact Contract Specialist Anitra Carter at anitra.carter@va.gov or (254) 778-4811 ext. 46425 for further information.
    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.
    6515--Custom Sterile Surgical Procedure Packs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the supply of custom sterile surgical procedure packs to approximately 35 VA Medical Centers and Community Based Outpatient Clinics. The VA is seeking a single contractor to provide all associated services, including sterilization, transportation, and delivery, while adhering to federal, state, and local regulations. The key tasks for the awardee include providing labor, materials, and equipment, along with supervision and quality assurance of the custom sterile packs. The contractor will also be responsible for electronic communication, ordering, and reporting systems. A detailed Statement of Work will be included in the solicitation documents. The VA anticipates awarding a single five-year firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Potential applicants should be registered in the System for Award Management (SAM.gov) under the appropriate NAICS code 339113, with an active SAM account at the time of proposal submission and award. Solicitation documents will be available within 30 days at https://sam.gov. Offerors will have access to detailed requirements and instructions, as well as the proposals due date, which will be adjusted based on the actual release date of the solicitation. Eligible applicants should have the necessary certifications, licenses, and expertise in surgical appliance manufacturing and supply. Their SAM.gov registration and representations should be up to date. Regarding funding and contract details, the estimated value of the contract is not provided. However, the VA indicates it will award a firm-fixed price IDIQ contract. Applicants should keep in mind that the actual value of the award may change based on a variety of factors. For more information or clarifications, interested parties can contact Contract Specialist Laura Nabity at laura.nabity@va.gov or by phone at 651-293-3048.
    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.
    Boiler / Chiller Plant Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Plant Maintenance Services at the Garland VA Medical Center in Texas. The contractor will be responsible for comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency response for the facility's heating and cooling systems, as detailed in the Statement of Work. This contract is crucial for ensuring the operational efficiency and regulatory compliance of the medical center's facilities, with a base period of one year starting November 15, 2024, and the possibility of four additional one-year extensions. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.