Surgical Sterilizer
ID: HT942726QE001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency Contracting Activity, is seeking quotes for the procurement of surgical sterilizers intended for use in deployed medical, dental, veterinary, and laboratory settings. The requirement includes the acquisition of four surgical sterilizers for operational and environmental testing, with options for three additional units, and a potential future procurement of approximately 711 units over five years starting in Fiscal Year 2028. These sterilizers must meet specific technical requirements, including FDA clearance, the ability to sterilize all surgical instruments, and compliance with the Trade Agreements Act, among other logistical and performance parameters. Interested vendors should contact Jamie Diggs at jamie.l.diggs.civ@health.mil or Shannon Lertora at shannon.p.lertora.civ@health.mil for further details and to ensure compliance with the necessary documentation, including the Medical Device and Equipment Risk Assessment (MDERA).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army's Program Executive Office Soldier (PEO Soldier), Soldier Medical Devices (SMD) requires a new surgical sterilizer for deployed medical, dental, veterinary, and laboratory settings. The government intends to award a single contract for four surgical sterilizers for operational and environmental testing, with options for three additional units. Following successful testing, the government plans to procure an estimated 711 surgical sterilizers over five years, starting in Fiscal Year 2028. Vendors are encouraged to collaborate with the Defense Logistics Agency (DLA) to list the device on the Electronic Catalog (ECAT) for streamlined procurement. Key requirements include FDA clearance, ability to sterilize all surgical instruments, specific chamber and tray dimensions, operating and sterilization temperature ranges, balanced power supply with auto-detection, and a distilled water generator. Logistical requirements include Trade Agreements Act (TAA) compliance, provision of repair parts information, annual maintenance, manuals, onsite training, Risk Management Framework (RMF) documentation, copyright release, and robust transport cases meeting MIL-STD-810H standards. Desired additional performance parameters include a five-year procurement and support commitment and existing or willingness to obtain a DLA ECAT contract.
    The Medical Device and Equipment Risk Assessment (MDERA) Version 1 is a critical questionnaire for vendors providing medical systems to the Department of Defense (DoD) and Project Manager Soldier Medical Devices (PM-SMD). Its purpose is to ensure security compliance with US Federal Government, DoD, and PM-SMD policies, and NIST standards. Vendors must fully complete the MDERA as part of the Request for Offer (RFO)/Risk Management Framework (RMF) Change Control Board (CCB) review process. The questionnaire gathers detailed information on medical device identification, technical specifications (hardware, software, operating systems, applications, architecture, endpoint protection, vulnerability management, remote access, wireless capabilities, mass storage), and data processing capabilities (ePHI/PII handling, encryption). Failure to disclose complete and accurate information can result in ineligibility for purchase or contract cancellation. The MDERA serves as a pre-procurement selection tool to support RMF Authorization efforts, identifying technical characteristics and potential actions required for cybersecurity assessment.
    This document outlines instructions for using a hardware and software import template, likely for a government information system asset management database like eMASS. It details required fields for both hardware (Machine Name, Manufacturer, Model Number if either is specified) and software (Software Vendor, Software Name, Version), along with character limits and acceptable input values for various fields. The document emphasizes the importance of accurate data entry, proper spelling, and adherence to specific formatting to avoid import errors. It also references defining critical information system assets and the process for applying a digital signature once the template is complete. The overarching purpose is to ensure consistent and accurate data entry for tracking government IT assets.
    The document outlines mandatory requirements for topology diagrams within government enclaves, likely for federal RFPs or grants. It specifies that all diagrams must include a topology date, CCSD, and IP addresses for all devices. Critical devices such as firewalls, IDS, servers, and workstations require additional details including manufacturer, model, software/firmware versions, server functions, and operating systems with service pack information. The document emphasizes that the enclave and network infrastructure must comply with DoD-level policies, procedures, and guidance, referencing NIAP-CCEVS for compliant devices. This ensures secure and standardized network configurations in government projects.
    This document outlines the rating standards and definitions for evaluating quotes in a government procurement process, specifically for federal government RFPs, federal grants, and state/local RFPs. It details three evaluation factors: Technical Capabilities/Specifications, Risk Management Framework, and Past Performance. For Technical Capabilities, ratings range from Outstanding to Unacceptable, based on the approach, understanding, strengths, and risk of unsuccessful performance. The Risk Management Framework is rated as either Acceptable or Unacceptable, depending on whether the quote meets solicitation requirements. Past Performance is also rated as Acceptable or Unacceptable, based on the government's expectation of successful performance. A key note clarifies that quoters without a relevant past performance record will receive a neutral (unknown) rating, which is considered acceptable.
    Lifecycle
    Title
    Type
    Surgical Sterilizer
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    65--STERILIZER,SURGICAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a surgical sterilizer, specifically NSN 6530-01-630-7654. The requirement includes a quantity of one unit to be delivered to SRF and JRMC Yokosuka within five days after order placement. Surgical sterilizers are critical medical equipment used in healthcare settings to ensure the safety and sterility of surgical instruments. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and all submissions must comply with the Total Small Business Set-Aside provisions outlined in FAR 19.5.
    6515--NX EQ Sterilizer Unit Low Temperature (VA-26-00033650)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Steris Corporation® brand name or equal V-Pro Max 2 Sterilizer units as part of a national requirements contract. This procurement aims to secure low-temperature gaseous plasma sterilizers for use in VA medical centers across the United States, ensuring compatibility with robotic medical devices and compliance with FDA standards. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and interested vendors must be registered in SAM with the appropriate NAICS code (339113) and demonstrate their ability to meet specific salient characteristics outlined in the solicitation. For further inquiries, vendors can contact Contract Specialist Levi Russin at Levi.Russin@va.gov or by phone at 518-626-6757.
    6530--SPS-STERIS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of SPS STERIS products for the Phoenix VA Healthcare System, specifically a V-PRO maX 2 Low Temperature Sterilizer, a Cart and Utensils Washer/Disinfector, and a Medium Steam Sterilizer. This presolicitation notice serves as a Sources Sought Notice to gather information on potential vendors capable of providing Brand Name or Equal products that meet specific salient characteristics regarding dimensions, functionality, and installation requirements. The goods are essential for maintaining sterilization and disinfection processes within the healthcare system, ensuring compliance with safety standards. Interested parties must submit their capabilities statements by January 15, 2026, to Victor Oliveros at victor.oliveros@va.gov, as responses will be used solely for planning purposes and not for contract awards.
    6640--Lab Dishwasher
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking qualified vendors to provide a laboratory dishwasher, specifically a Brand Name or equal to the Steris Reliance 400XL Dishwasher. The procurement includes a range of specific requirements such as steam heating, a heat recovery system, and dimensions that fit within a designated space, along with various accessories and installation services. This specialized equipment is crucial for cleaning and sterilizing laboratory glassware in a rigorous scientific environment. Interested small businesses must respond to the Sources Sought Notice by January 20, 2026, at 4:00 PM Central Time, and can direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    Getinge Steam Sterilizer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.
    65--ANESTHESIA DELIVERY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of anesthesia delivery systems, specifically NSN 6515016669532, with a requirement for two units. This procurement is critical for medical operations, ensuring that military personnel have access to essential anesthesia equipment for various medical procedures. The solicitation is categorized as a Request for Quotation (RFQ) and is set aside for Women-Owned Small Businesses (WOSB), with quotes required to be submitted electronically. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the deadline for quote submission is within 20 days after the solicitation is made available.
    RapidRx IntelliCab 4 Drawer Cabinet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for the RapidRx IntelliCab 4 Drawer Cabinet, a medical and surgical instrument essential for healthcare operations. This cabinet is designed to enhance the efficiency of medication management and distribution within military medical facilities. The procurement emphasizes the importance of reliable and advanced medical equipment in supporting troop health and operational readiness. Interested vendors can reach out to John Jackson at 301-619-4485 or via email at john.r.jackson@dla.mil, or contact Lucas Denault at 301-619-9888 for further inquiries regarding this opportunity.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Taggatz Galley Dishwasher Sanitizer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a new commercial dishwashing machine, designated as the Taggatz Galley Dishwasher Sanitizer. This solicitation is aimed at acquiring a machine that meets specific operational requirements for kitchen equipment and appliances, which are crucial for maintaining hygiene standards in military dining facilities. The procurement is set aside for small businesses under the SBA guidelines, and interested vendors should note that the due date for quotes has been amended, with further details available from the primary contact, Theodore Hecht, at the email theodore.r.hecht@usace.army.mil or by phone at 651-290-5415. The contract is expected to be awarded following the submission of quotes by December 30, 2025.
    AUTOCLAVES & GLASSWASHER PM&R RECOMPETE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Dugway Proving Ground, is seeking qualified vendors for a service contract focused on the preventative maintenance and repair of autoclaves and glasswashers. The contract encompasses a range of services including monthly preventative maintenance, biological validation, quarterly calibration and certification, and emergency repairs, ensuring the equipment operates consistently for biological defense testing in compliance with DoD requirements. This opportunity is particularly significant as it supports critical operations at a remote site in Utah, with a contract period that includes a base year and four option years, plus a potential six-month extension. Interested parties should submit their statements of interest by January 26, 2025, to Contract Specialist Jeremy MacDougall at jeremy.a.macdougall.civ@army.mil.