6515--SSC 4500 Preventative Maintenance on SSC Cabinets B+4
ID: 36C24124Q0903Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Veterans Affairs is soliciting quotes for a service contract focused on the annual preventative maintenance of Sterile Processing Services Reusable Medical Device Cabinets (Model SSC 4500) at the VA Medical Center in Manchester, NH. This Firm Fixed Price Contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses comprehensive maintenance tasks, including parts replacement, operational integrity checks, and compliance with relevant regulations. The initiative underscores the importance of maintaining high standards of care and service within VA facilities through proper equipment upkeep, with a total award amount of approximately $34 million. Interested vendors must submit their quotes by September 12, 2024, and direct any questions to Contract Specialist James L Moore at james.moore14@va.gov by September 10, 2024, to ensure timely evaluation before the contract start date of September 30, 2024.

    Point(s) of Contact
    James L MooreContract Specialist
    james.moore14@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking quotes for a service contract focused on the annual preventative maintenance of Sterile Processing Services Reusable Medical Device Cabinets (Model SSC 4500) at the VA Medical Center in Manchester, NH. This Firm Fixed Price Contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a total award amount of approximately $34 million. The contractor will be responsible for comprehensive maintenance tasks, including replacing parts, checking operational integrity, and ensuring compliance with all relevant regulations. Key aspects include labor, materials, and equipment to conduct routine maintenance per manufacturer specifications. All maintenance work must adhere to OSHA, EPA, and other regulatory standards. Quotes must be submitted by September 12, 2024, to allow adequate time for evaluation before the contract start date of September 30, 2024. A critical aspect of the procurement process emphasizes the importance of timely and effective communication, with a deadline for questions set for September 10, 2024. This initiative demonstrates the Veterans Affairs commitment to maintaining high standards of care and service within its facilities through proper equipment upkeep.
    The Presolicitation Notice outlines the Department of Veterans Affairs' intent to solicit a Firm Fixed Price contract for the annual preventative maintenance of SSC 4500 cabinets at the Manchester Veteran Affairs Hospital. The contracting office, located in Manchester, NH, aims to attract qualified vendors under the NAICS code 811210, which has a size standard of $34 million. Responses to this notice are solicited until September 4, 2024, at 11:00 AM Eastern Time. Communication regarding this procurement can be directed to Contracting Specialist James L. R. Moore via email. The notice emphasizes that this is a preliminary announcement and not a procurement solicitation, as the decision to proceed with competitive procurement rests solely with the Contracting Officer.
    Similar Opportunities
    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--JOPC SPS Instrument Washer & Disinfectant 36C24824Q1625
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement and installation of two AMSCO 7053HP Instrument Washers & Disinfectants at the Jacksonville Outpatient Clinic, part of the North Florida South Georgia Veterans Health System. The contract requires the deinstallation of existing units and the installation of new equipment, which is essential for the cleaning and intermediate-level disinfection of surgical instruments within the Sterile Processing Service. This procurement is part of the VA's initiative to modernize medical equipment to enhance healthcare services for veterans, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested vendors must submit their proposals by September 18, 2024, at 5:00 PM Eastern Time, and can contact Contract Specialist Jeremy Parrish at Jeremy.Parrish@va.gov for further information.
    J065-- Acute Care Bed Maintenance BPAs CO: Jeff Hansen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for a Service-Disabled Veteran-Owned Small Business to enter into a Blanket Purchase Agreement for the maintenance and repair of medical equipment across multiple facilities in the Western States Network Consortium. The focus is on acute care beds and their specialized servicing, catering to diverse patient needs. The chosen vendor will ensure the prompt and efficient maintenance of these beds, stretchers, mattresses, and gurneys, with work encompassing inspection, servicing, and emergency repairs. Technical expertise is a priority, with manufacturer-certified technicians required to service a wide range of bed types, utilizing original equipment manufacturer parts. With a five-year contract value estimated at $34 million, this procurement is an organized, comprehensive approach to meeting the healthcare needs of the VA facilities. Offer proposals must be submitted by September 18, 2024, 5:00 PM PDT, and will be evaluated based on timely performance, professionalism, and quality of service. Vendors must propose competitive pricing strategies to be considered for these extensive contracts, which cover large geographic areas.
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for On-Site Surgical Technician/Scrub Technician Services at the Minneapolis VA Hospital. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years. This procurement is critical for enhancing healthcare services for veterans, ensuring that qualified personnel are available to meet the rigorous standards of care required in a military healthcare environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by September 19, 2024, at 11:00 AM CST, and direct any questions to Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908. The total award amount is anticipated to be $34 million.
    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--SURGICAL INSTRUMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide surgical instrument repair and sharpening services at the Greater Los Angeles Veterans Health Care System. The procurement includes both on-location and off-location services, covering a range of tasks such as inspection, preventive maintenance, ultrasonic cleaning, and parts replacement, with a base contract period from September 30, 2024, to September 29, 2025, and options for four additional years. These services are critical for maintaining the functionality and safety of surgical instruments used in healthcare settings. Interested contractors must submit their proposals by September 6, 2024, to Contract Specialist Steve Crayton at steven.crayton@va.gov, ensuring compliance with all specified requirements and evaluation criteria.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    Z1NZ--10/01/2024 | 436 Elevator Preventative Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Elevator Preventative Maintenance services at the Montana VA Health Care System, specifically for the Fort Harrison and Miles City VA Medical Centers. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a base year starting October 1, 2024, with four additional option years, requiring comprehensive maintenance and emergency repair services for vertical transportation equipment. This procurement is critical for ensuring the operational effectiveness and safety of elevator systems, with contractors expected to adhere to strict performance metrics and compliance standards. Interested parties must submit their quotations by September 19, 2024, and direct any inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.
    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.
    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.