6515--Sterile Processing Workstation and Borescopes - 442
ID: 36C25925Q0483Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for a Sterile Processing Workstation and associated Borescopes through solicitation number 36C25925Q0483, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance the inspection and processing of medical instruments at the Cheyenne VA Medical Center, requiring vendors to provide compliant products that meet specific technical specifications outlined in the Statement of Work. Interested parties must submit their quotes by July 9, 2025, at 2:00 PM Mountain Time, and are encouraged to direct inquiries to Contract Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The document outlines an amendment to a prior combined solicitation for Sterile Processing Workstations and Borescopes by the Department of Veterans Affairs, specifically targeting service-disabled veteran-owned small businesses (SDVOSBC). The key updates include a revised offers due date of July 9, 2025, at 2:00 PM Mountain Time, and the provision of a Question and Answer document attached to the amendment. Offerors are required to acknowledge receipt of the amendment with their submissions, with specific instructions for modifying previously submitted offers. Contact information for the contracting office, led by Contract Specialist Christine Jarvis, is provided, along with the performance address in Cheyenne, Wyoming. This solicitation falls under product service code 6515 and NAICS code 339112, indicating its relevance to medical devices. The document emphasizes adherence to set guidelines, highlighting the structured nature of federal RFPs and the importance of compliance for potential bidders.
    The Department of Veterans Affairs (VA) is seeking quotations for a Sterile Processing Workstation and associated Borescopes through solicitation number 36C25925Q0483. The primary objective is to award a firm-fixed price contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must provide Brand Name or Equal products as outlined in the attached Statement of Work and Price Schedule. Quotes are required by July 2, 2025, and vendors are advised to furnish detailed pricing and documentation to support their submissions. The evaluation will be based on price and the ability to meet the General Standards of Responsibility, ensuring all goods meet specified characteristics. Non-price factors will also be considered, and quotes must be compliant with federal acquisition regulations, including the prohibition of gray market items. The intended delivery and installation site is the Cheyenne VA Medical Center. All inquiries must be directed to the assigned Contract Specialist, Christine Jarvis, via email. The process underscores the VA's commitment to procurement integrity and the provision of high-quality medical supplies and equipment to veterans' healthcare facilities.
    The Cheyenne VA is initiating a project to procure a dedicated sterile processing workstation and lighted magnification inspection scopes for enhanced examination of instrumentation. The workstation will centralize the inspection of loaned and incoming equipment, equipped with a Lighted Magnification Inspection Scope to improve precision in identifying potential issues. The contractor is tasked with providing a workstation adhering to specific dimensions, construction materials, and equipment features such as a pegboard for tool organization, height adjustability, multiple electrical outlets, and comprehensive lighting solutions. Additionally, four inspection scopes with defined specifications, including modularity and waterproofing, will be furnished. Installation, on-site training, and a one-year warranty are included in the deliverables. The contractor must ensure timely delivery and coordinate with VA personnel for inspections and acceptance. Payment procedures mandate the use of a third-party invoicing system. This document outlines the requirements and expectations for contractors in response to the federal RFP, emphasizing functionality, safety, and compliance in sterile processing operations.
    This document outlines a government Request for Proposal (RFP) cataloging various items and associated services required for a workstation setup. The primary focus includes the procurement of inspection-related equipment and installations, featuring items such as an inspection table, peg boards, hood lights, magnification task lights, and additional electrical packages. It specifies quantities for each item, along with warranties for both the workstation and lighted inspection scopes. Included in the proposal are essential services such as assembly, installation, on-site training for operational usage, and safety protocols. With an emphasis on quality and functionality, the document aims to ensure that all items are obtained and adequately installed according to government standards and requirements. The items listed will support efficient inspection processes while meeting the operational needs of governmental or organizational workspaces. Overall, the RFP serves to acquire advanced equipment and support services aimed at enhancing inspection capabilities within a formal workplace setting.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance outlines requirements for offerors participating in government contracts, specifically regarding Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). When awarded a contract, the offeror must certify compliance with restrictions preserving a maximum of 50% of the contract value for non-SDVOSB/VOSB firms in supply contracts. Additionally, contracts involving non-manufacturers obligate the offeror to source products from domestic small business manufacturers unless a waiver is granted. Offerors must identify themselves as either manufacturers or non-manufacturers, ensuring adherence to specified conditions regarding employee count and engagement in retail or wholesale trade. Certification is a legal obligation, with potential penalties for false claims. Offerors are required to provide documentation for compliance verification, and failure to do so may lead to remedial actions. This clause emphasizes the federal commitment to supporting small businesses owned by veterans while maintaining rigorous compliance and accountability standards within government contracting processes.
    The document outlines the PureSteel Ergonomic Workstation and Assembly Table Accessories, emphasizing their role in enhancing workplace efficiency and ergonomics. Key components include organizational accessories such as bin shelves, pegboard hooks, and a peel pouch organizational rail designed to simplify tool access and material handling. It mentions lighting and inspection tools, including various magnifier task lights and a dimmable tabletop light to improve visibility during inspections. Additionally, the document highlights computer and IT accessories such as built-in storage options for PC towers and printers, touchscreen monitors, and ergonomic tools that promote health and productivity, like pull-out shelves and height-adjustable features. Anti-fatigue mats and integrated footrests are also mentioned to support staff comfort during long working periods. The purpose of this document aligns with government RFPs, federal grants, and state/local RFPs, aiming to provide effective ergonomic solutions for work environments, thereby advocating for improved operational standards and worker well-being. It positions PureSteel products as essential tools for compliance with best practices in workplace design and efficiency.
    The document addresses a Combined Synopsis Solicitation for a Sterile Processing Workstation and borescopes, detailing necessary product specifications. The key requirement for the workstation is that it should measure between 56-60 inches in length and 35-36 inches in width, accommodating specific laser placement needs. Additional salient characteristics include the necessity for heavy-duty locking casters for mobility and stability, as well as a suspended shelf beneath the workstation to hold a current printer. The government emphasizes that compliance with the specified characteristics is crucial and that all submissions must meet the stipulations outlined in the ADDENDUM to FAR 52.212-1, as non-compliant submissions may be disregarded. Overall, this document establishes critical criteria for potential contractors involved in supplying sterile processing workstations, underscoring the importance of quality and compliance in federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6515--Laparoscopic Probes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a Neoprobe console, AC power cord, and both straight and angled laparoscopic probes for the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. This procurement is a Sources Sought Notice aimed at gathering information to determine the feasibility of a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Small Businesses (SB), as the current equipment has reached its end-of-life and is insufficient for clinical demands. The required equipment must be NAME BRAND ONLY and meet specific salient characteristics, including real-time gamma detection, wireless connectivity, and autoclavable surgical-grade probes, with delivery expected by January 20th. Interested parties should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov or call 813-972-2000 Ext 2819, and responses are requested by December 16, 2025.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    6515--Revises eOffer, GSAR/FAR, SubK Template, Sig Auth, Price Prop Sprdst & Wage Determ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to revise various procurement documents, including the eOffer, GSAR/FAR, Subcontract Template, Signature Authorization, Price Proposal Spreadsheet, and Wage Determination related to medical and surgical instruments. This procurement aims to ensure compliance and streamline processes within the Surgical and Medical Instrument Manufacturing sector, which is critical for providing high-quality healthcare services to veterans. Interested vendors can reach out to the FSS Service Helpdesk at fss.help@va.gov or call 708-786-7737 for further information regarding this opportunity. The notice is categorized as a Combined Synopsis/Solicitation under NAICS code 339112 and PSC code 6515.
    6515--DERMATOLOGY STERILIZATION CONTAINER, Garner VA Medical Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research for Aesculap sterilization container systems at the Garner VA Medical Clinic in Garner, North Carolina. This Sources Sought Notice aims to identify potential contractors capable of providing these systems, which are essential for proper instrument processing and infection control. Interested companies, regardless of size, are invited to submit their contact information, SAM UEI number, socioeconomic status, relevant certifications, and a capabilities statement to Monique Cordero at monique.cordero@va.gov by December 19, 2025, at 10:00 AM EST. Potential sources must be registered in the System for Awards Management (SAM) and the Small Business Administration's Dynamic Small Business Search, and have favorable past performance if applicable.
    6515--EQ Autopsy Table in support of the Sioux Falls VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting quotes for an EQ Autopsy Table and associated accessories for the Sioux Falls VA Healthcare System. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes key items such as an elevating "L" shaped autopsy table, disposal unit, and various headrests, all of which are critical for medical examination and autopsy procedures. Interested offerors must be registered in the System for Award Management (SAM) and submit their quotes by December 22, 2025, with technical questions due by December 11, 2025, directed to Contracting Officer Marie Weathers at marie.weathers@va.gov. Delivery of the items is required on or before February 27, 2026.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.