J065--NOTICE OF INTENT TO SOLE SOURCE Steris Corporation Sterilizers Service Contract 5 Year Contract
ID: 36C24525Q0028Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source service contract to Steris Corporation for the preventative maintenance of sterilizer systems at the Washington DC Veterans Affairs Medical Center. This five-year contract will encompass all necessary labor, materials, and parts for maintaining government-owned sterilizer systems, ensuring compliance with various health and safety standards. The services provided will include scheduled preventive maintenance, unscheduled repairs, and parts replacement, with a strong emphasis on minimizing equipment downtime and maintaining operational capacity. Interested parties can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details, with the contract period set from November 1, 2024, to October 31, 2029.

    Point(s) of Contact
    William Chris GallettaContracting Officer
    Services Team One
    William.Galletta@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole-source service contract to Steris Corporation for the preventative maintenance of sterilizer systems at the Washington DC Veterans Affairs Medical Center. This five-year contract will cover all necessary labor, materials, and parts for maintaining government-owned sterilizer systems, ensuring compliance with various health and safety standards. The contractor will provide services including scheduled maintenance, unscheduled repairs, and parts replacement, with a focus on minimizing downtime and maintaining operational capacity. The scope includes detailed reporting, accessibility for equipment parts, and training for staff on the operational requirements of the sterilizers. The contract outlines strict protocols for communication, work hours, and invoicing procedures, emphasizing the need for proper documentation for payment. The period of performance is from November 1, 2024, to October 31, 2029. This contract highlights the VA's commitment to ensuring the integrity of essential medical equipment within their facilities, reinforcing standards for patient safety and operational efficiency.
    The communication from STERIS outlines its position as the sole, factory-authorized service provider for parts and maintenance of its medical equipment brands. It emphasizes that all replacement parts comply with original equipment manufacturer (OEM) specifications and that STERIS directly supplies these parts without using distributors. The document highlights the importance of preventive maintenance (PM) for ensuring equipment operates effectively, recommending specific annual PM inspections based on the type of equipment. Factors influencing the frequency of these inspections include prior experiences, adherence to maintenance protocols, and equipment usage rates. A comprehensive chart lists the recommended number of inspections for various sterilizers and related equipment. The message concludes with a note on annual chamber cleanings. This document is significant in the context of government RFPs and grants, as it provides detailed maintenance guidelines that ensure compliance and optimal functioning of critical healthcare equipment, affecting operational decisions made by government agencies and healthcare institutions.
    Similar Opportunities
    W065--FY25 Contract for Leased EUS Scopes (VA-25-00001385)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract for the leasing of equipment compatible with Olympus Surgical Scopes, specifically targeting verified Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The contract, estimated at approximately $620,484.12 for the initial term, may reach a total value of $1,240,968.24 if the option year is exercised, and is being issued under FAR 6.302-1(ii)(B) provisions. This equipment is crucial for augmenting the existing Olympus equipment at the West Palm Beach VA Medical Center, ensuring continued high-quality medical services. Interested parties are encouraged to submit capabilities statements via email to the Contracting Officer, David Henry, by 12:00 PM EST on October 10, 2024, to be considered for future procurement opportunities.
    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.
    Steam Trap Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a Steam Trap Monitoring System, specifically for software licensing and remote maintenance services of the proprietary Armstrong “Sage” system provided by Utility System Solutions Inc. This procurement is crucial for maintaining the operational efficiency of steam systems within VA facilities, ensuring compliance with warranty conditions through certified technicians. The contract period is set from October 18, 2024, to October 17, 2025, with interested parties invited to submit capabilities statements by October 11, 2024. For inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
    J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole-source contract for maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contract will cover a base year from November 1, 2024, to October 31, 2025, with options for four additional years, requiring comprehensive preventive and corrective maintenance services, including parts, labor, and 24/7 remote support from fully qualified field service engineers authorized by the original equipment manufacturer. These services are critical to ensuring the safety and operational efficiency of medical equipment used in patient care. Interested vendors must provide detailed company and capability information if they wish to challenge the sole-source designation, and inquiries can be directed to Contracting Officer Amy Walter at AMY.WALTER1@VA.GOV.
    J065--WASHINGTON DC | INTENT TO SOLE SOURCE | SUN NUCLEAR SUPPORT SERVICES ONE BASE YEAR PLUS FOUR OPTION YEARS | 11/01/2024 TO 10/31/2025 UCD 10/31/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) in Washington, DC, intends to award a sole-source contract for support services related to Sun Nuclear equipment utilized in the Radiation Oncology department. This contract will cover one base year from November 1, 2024, to October 31, 2025, with four additional one-year options extending through October 31, 2029, and will include comprehensive maintenance services such as preventive and corrective maintenance, requiring all parts and services to be OEM certified. The importance of this procurement lies in ensuring the operational integrity and safety of medical equipment critical for patient care, while also emphasizing compliance with safety regulations and the protection of patient health information. Interested vendors, particularly service-disabled veteran-owned and small businesses, are encouraged to submit their qualifications to the primary contact, Amy Walter, at Amy.Walter1@va.gov, as this notice serves as market research and is not a solicitation for bids.
    6515--Corepoint Software License & Support - VISN Period of Performance: 11/01/2024 - 10/31/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Corepoint Health, LLC for the CorePoint Health HL7 Engine Software, which is critical for the VISN 23 Healthcare System. This contract, effective from November 1, 2024, to October 31, 2025, is justified under federal procurement regulations, as Corepoint Health is the only vendor capable of meeting the VA's unique software and service requirements necessary for integrating with existing systems. The proprietary software is essential for maintaining security services for veterans within the VA Healthcare System. Interested vendors may submit their capability statements to Contract Specialist Marie Weathers at marie.weathers@va.gov by October 8, 2024, to express their interest in potentially competing for this procurement.
    W065--Olympus Surgical Scopes Lease and Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 2, intends to solicit a single source for the lease and full services of Olympus surgical endoscopes and ancillary equipment at the VA New York Harbor Healthcare System's Brooklyn Campus, with a performance period from November 1, 2024, to October 31, 2025. Olympus America Inc., as the original equipment manufacturer and sole authorized distributor, will retain ownership of the equipment throughout the lease term, ensuring the provision of necessary maintenance and support. This procurement is critical for maintaining high-quality healthcare services for veterans, as it involves specialized surgical instruments essential for various medical procedures. Interested parties must express their interest and demonstrate their capabilities by October 9, 2024, and should direct inquiries via email to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov.
    J065--Tier III Service Contract for the Cryostats, Cover Slipper and Stainer located in Histology at the Louis Stokes Cleveland
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought notice for a Tier III Service Contract to support Cryostats, Cover Slipper, and a Stainer used in Histology at the Louis Stokes Cleveland VA Medical Center. This procurement aims to identify vendors capable of providing a service contract that includes parts and labor for a full year, ensuring the continuous operation of these critical medical devices used in patient care. Interested businesses are invited to submit their capabilities, including company details and compliance with relevant regulations, with responses due by October 7, 2024, at 10:00 AM Eastern Time. For further inquiries, vendors can contact Contract Specialist Sara Wood at sara.wood1@va.gov.
    J065--Service Plan for the Tissue-Tek VIP Instruments
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for a service plan related to the Tissue-Tek VIP 6 AL Tissue Processor, manufactured by Sakura Finetek U.S.A., Inc. This contract encompasses all necessary labor, materials, and supervision required for maintenance services at the Alexander VA Medical Center in Pineville, Louisiana. The Tissue-Tek VIP 6 AL is critical for processing tissue samples, making its maintenance essential for the facility's operational efficiency. Interested parties may submit their qualifications if they believe they can meet the requirements, although this notice is not a request for competitive proposals. Responses are due by October 10, 2024, at 10:00 AM CST, and inquiries should be directed to Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov.
    J065--AlignRT (SGRT) Comprehensive Service and Support Plan
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for a Comprehensive Service and Support Plan for the AlignRT Surface Guided Radiation Therapy (SGRT) System from Vision RT Inc. This procurement is necessitated by the proprietary nature of the AlignRT System, which requires that only the original equipment manufacturer can provide the essential support services. The contract will span from December 3, 2024, to December 2, 2029, with options for extensions, and interested parties are invited to express their capability to meet the requirements by October 7, 2024. For inquiries, please contact Contract Specialist Fred Revah via email at frederic.revah1@va.gov, as telephone calls are not permitted.