S209--Surgical Scrub Dispensing Services - Wilmington VA Medical Center
ID: 36C24425Q0572Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Industrial Launderers (812332)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for Surgical Scrub Dispensing Services at the Wilmington VA Medical Center, aiming to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated surgical scrub dispensing machines. The contractor will be responsible for installing and maintaining dispensing machines, providing surgical scrub rentals, and managing a laundering and restocking program, with a minimum annual order of 11,000 surgical scrubs to ensure compliance with infection control standards. This initiative is crucial for enhancing the efficiency and hygiene of surgical scrub management, thereby improving service delivery to veterans. Interested contractors must submit their quotes electronically by May 9, 2025, at 1:00 PM ET, and should contact Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov for further inquiries.

    Point(s) of Contact
    Stephanie McFadden, Contracting OfficerContracting Officer
    (717) 222-0417
    stephanie.mcfadden@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting proposals for Surgical Scrub Dispensing Services at the Wilmington VA Medical Center. This Request for Quotes (RFQ) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated surgical scrub dispensing machines. The submission deadline for quotes is May 9, 2025, at 1:00 PM ET, and this solicitation is set aside exclusively for small businesses. Contractors must be registered in the System for Award Management (SAM) and should submit their quotes electronically, including a pricing schedule and relevant past performance references. The evaluation will consider the best value for the government, focusing on technical capability, price, and past performance, with a comparative evaluation method employed for decision-making. The anticipated performance period is from July 1, 2025, through June 30, 2030. For this solicitation, key attachments include the Statement of Work detailing the specific requirements, a Price Cost Schedule, and various contract clauses. Contractors are advised to strictly follow the submission guidelines to ensure eligibility for award, and the government reserves the right to cancel or not select any proposals submitted. This RFQ underscores the government's intention to enhance service delivery to veterans through quality management of surgical supplies.
    The Wilmington VA Medical Center (WVAMC) requires a five-year fixed-price contract for automated surgical scrub dispensing services. The contractor will install and maintain three dispensing machines and return units, provide surgical scrub rentals, and manage a laundering and restocking program. The contract period spans from July 2025 to June 2030, with minimum annual orders of 11,000 surgical scrubs. The contractor must adhere to size restrictions for the machines and ensure proper operations through tracking systems, staff training, and timely maintenance. Compliance with infection control standards during laundering, transportation, and handling is crucial, as is the maintenance of a quality control program. Deliveries will take place three times weekly, adhering to specific operational hours and security protocols on VA grounds. The contractor's personnel must maintain a professional appearance and comply with safety and security regulations. Overall, the initiative aims to enhance the efficiency and hygiene of surgical scrub management at the WVAMC while ensuring regulatory compliance.
    This document outlines a federal Request for Proposal (RFP) for Surgical Scrub Dispensing Services for a contracted period from July 1, 2025, to June 30, 2030. The services specified include the provision and maintenance of automated scrub dispensers and return units, all required to fit specific dimensions (78” H x 52” W x 17” D). The RFP is structured into various item numbers categorizing distinct service requests across five ordering periods, each spanning one year. Each item includes a quantity of twelve units per month, with standardized service codes pertaining to housekeeping and industrial laundering. The principal NAICS code assigned to this proposal is 812332, signifying businesses involved in industrial laundering services. This RFP aims to establish a contract for a vital hospital service, ensuring the availability and cleanliness of surgical scrubs in compliance with the Statement of Work (SOW). Overall, this document is crucial for bidders looking to participate in government-solicited services, underscoring the emphasis on structured procurement in the health sector.
    This document outlines the delivery schedule for supplies to the Wilmington VA Medical Center, indicating a series of items set for shipping from July 1, 2025, to June 30, 2030. Each item, designated with unique item numbers, specifies a quantity of 12 units per delivery period. All shipments are directed to the same location with the contact person being Robert Haar, whose information is provided for coordination. The schedule is divided into five annual delivery cycles, each involving identical quantities and delivery terms for multiple items, maintaining consistency across shipments. This structured approach highlights the federal government's procurement process, emphasizing the importance of meeting the needs of the Veterans Affairs system while ensuring operational readiness and support for veterans' medical services. The clear organization and repeated logistical details reflect a formal commitment to supply chain management within government contracts.
    This document outlines the contract clauses related to commercial products and services within the context of federal procurement. It details various aspects including inspection and acceptance of items, assignment rights for payment, terms for changes, disputing processes, excusable delays, invoicing requirements, patent indemnity, and payment conditions. The section emphasizes the Government's right to inspect provided goods, standards for invoicing, and liability limitations for the contractor. Specific regulations, including compliance with federal laws, and termination clauses for convenience or cause are also included. Furthermore, it highlights the duty of contractors to adhere to executive orders, labor standards, and payment regulations, ensuring ethical procurement practices. The document serves as a critical reference for contractors engaged in government contracts, ensuring familiarity with obligations and rights under federal acquisition regulations.
    This document outlines the solicitation provisions for federal acquisitions focused on commercial products and services. It emphasizes the importance of voluntary feedback from offerors regarding the pre-award and debriefing processes through a survey linked within the document. Key instructions include guidelines for submitting offers, such as the necessity to include specific details like solicitation numbers, technical descriptions, price terms, and compliance with representations and certifications. The evaluation criteria for offers include technical capability, past performance, and price, with the government aiming to award contracts based on overall value rather than solely the lowest price. Additional provisions address covered telecommunications equipment and the Federal Acquisition Supply Chain Security Act, ensuring compliance with federal laws and regulations. The structure includes multiple sections detailing requirements for submission, evaluation methods, and the handling of protests, thereby ensuring transparency and fairness in the acquisition process. This comprehensive framework is crucial for potential offerors in navigating federal procurement opportunities effectively, emphasizing the government's commitment to maintaining high standards in sourcing products and services.
    The document outlines Wage Determination No. 2015-4215, Revision No. 27, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for various occupations in Delaware, Maryland, and New Jersey, particularly affecting contracts entered into or renewed post-January 30, 2022, which require a minimum wage of $17.75 per hour. Different rates apply to contracts awarded earlier, adhering to previous Executive Orders. The document lists numerous job classifications with corresponding wage rates and establishes required fringe benefits, including health and welfare provisions and paid sick leave as mandated by Executive Order 13706. The document emphasizes compliance with regulations for contractors, detailing the process for classifying unlisted job occupations through a conformance request (SF-1444). Furthermore, it notes specific provisions for uniform allowances and hazardous pay differentials applicable to particular job roles. This wage determination is crucial for compliance in government procurement processes affecting contractors with federal contracts or subcontracts, ensuring fair pay and employee protections in the workforce.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    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.
    7320--Ventless Dishwasher & Food Scraper
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide a Ventless Flight Type Dishwasher and Food Scraper for the Orlando VA Medical Center's Food and Nutrition Department. The procurement includes the supply of a Hobart Model No. FT1000E+Base dishwasher, capable of washing at least 14,000 dishes per hour, along with a Salvajor Model S914 food scraper, both requiring assembly, installation, scheduled maintenance, and on-site training for staff. This equipment is crucial for sanitizing mealtime items for Veterans, ensuring their health and well-being. Interested vendors must respond by December 22, 2025, at 3:00 PM EST, via email to Shawn Autrey and Rohan McKenzie, and must be registered with the System for Award Management (SAM) to be eligible for consideration.
    Steris Sterilizer Equipment Maintenance and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive maintenance and repair services for Steris sterilizer equipment at the Puget Sound VA Health Care System in Seattle, Washington. The contractor will be responsible for on-site, full-service maintenance, which includes all OEM parts, labor, materials, tools, and documentation, as outlined in the Statement of Work. This contract is crucial for ensuring the operational efficiency and reliability of sterilization equipment, which is vital for patient care and safety in healthcare settings. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional one-year option periods, and interested parties should contact Maureen Sundstrom at maureen.sundstrom@va.gov for further details.
    Q523--Brand Name or Equal to the American Red Cross - Autologous Transfusion Cell Saver. POP: 03/26/2026 thru 03/25/2027. Unrestricted procurement.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Autologous Transfusion Cell Saver Services for the Wilmington VA Medical Center, with a contract period from March 26, 2026, to March 25, 2027. The contractor will be responsible for providing qualified technicians, Cell Saver equipment, and necessary disposables to support Veteran patients in the Operating Room, ensuring compliance with AABB, CAP, and Joint Commission standards, as well as HIPAA regulations. This service is critical for enhancing patient care during surgical procedures by enabling the collection and reinfusion of a patient's own blood, thereby minimizing the need for donor blood. Interested parties should contact Contracting Officer David M Santiago at david.santiago2@va.gov for further details regarding the solicitation.
    6515--Custom Dual Basin Ophthalmology Reprocessing Sink
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Custom Dual Basin Ophthalmology Reprocessing Sink for the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement aims to enhance the facility's Sterile Processing Service (SPS) capabilities, which are critical for the manual cleaning of ophthalmology instruments, ensuring compliance with regulatory standards and improving workflow safety and ergonomics. The sink must meet specific dimensions and features, including electronic height adjustability and various faucets, with delivery and installation adhering to strict VA guidelines. Interested parties must submit their capabilities and relevant company information to Contract Specialist McDaniel Brayboy III at mcdaniel.brayboy@va.gov by 1:00 PM EST on January 5, 2026, as this notice is for information and planning purposes only and does not constitute a solicitation.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    Surgical Sterilizer
    Dept Of Defense
    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).