J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
ID: 36C24525Q0009Type: 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 procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.

    Point(s) of Contact
    Bill PrattContract Specialist
    (410) 642-2411
    Billie.Pratt@va.gov
    Files
    Title
    Posted
    This Special Notice from the Department of Veterans Affairs indicates the intent to procure service for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to their Original Equipment Manufacturer (OEM) status. The solicitation number for the required services is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. The notice specifies the contracting office's location and points of contact, including Contract Specialist Bill Pratt. The document outlines that no Recovery Act funds are involved, lists the appropriate product service code (J065) and NAICS code (811210) for the request, and refers to an attached sole source letter from STERIS. The focus on STERIS as the exclusive vendor underlines the necessity for compatibility and reliability in servicing the medical equipment critical for the facility's operations, aligning with the government's procurement policies that dictate unique vendor circumstances.
    The document informs customers that STERIS is the sole authorized supplier for parts and services related to their equipment brands, including AMSCO®, Finn Aqua®, and HAMO. STERIS emphasizes that all parts meet original equipment manufacturer (OEM) specifications and are delivered directly to end users without intermediary distributors. With over 950 trained personnel, STERIS provides maintenance through service agreements, and outlines recommendations for the frequency of preventative maintenance (PM) inspections based on various factors such as equipment usage and maintenance history. The standard recommendations include different annual PM visits for steam sterilizers, electric sterilizers, standalone generators, V-PRO VHP systems, washers, surgical equipment, and System 1E. Customers are encouraged to consult with their STERIS service representative to tailor the maintenance schedule to their specific needs. This document is relevant within the context of government RFPs, federal grants, and state/local RFPs as it addresses compliance and quality assurance in equipment maintenance, essential for government facilities utilizing such technology.
    Similar Opportunities
    J065--STX - PM for Primus Sterilizer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide preventive maintenance services for the Primus PSS5-B Sterilizer Model 18150 at the South Texas Veterans Affairs Medical Center in San Antonio, Texas. The contract, valued at $12.5 million, will commence on October 15, 2024, and includes a base year with four optional years, emphasizing the need for biannual inspections, emergency service capabilities, and compliance with health regulations. This procurement is critical for ensuring the reliable operation of sterilization equipment essential for healthcare services provided to veterans. Interested small businesses must submit their proposals by September 24, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further information.
    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.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    7E21--36C242-24-AP-4561|528-24-6876-0484|New Censis PDAs Sole-Source Notice
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to Censis Technologies for the procurement of seven Censis Handheld PDAs for the Finger Lakes Healthcare System, specifically for the Rochester Outpatient Clinic. These Zebra handheld devices are essential for inventory management and are the only models compatible with the existing Censis technology on-site, as Censis is the sole provider of the required software. This procurement is part of a national replenishment initiative, emphasizing the critical need for compatible devices to ensure efficient operations within the Veterans Affairs medical center. Interested parties can contact Contracting Officer Corey Swinton at Corey.Swinton@va.gov for further information, with a response deadline set for September 23, 2024, at 4 PM Eastern Time.
    6515--NX EQ Washers Lab Surgical Instrument Ultrasonic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Washers Lab Surgical Instrument Ultrasonic units under Solicitation Number 36C10G24R0004. The objective is to acquire brand name or equivalent ultrasonic cleaning equipment designed for the effective removal of biological debris and contaminants from surgical instruments and labware, which is critical for maintaining hygiene and safety in VA Medical Centers nationwide. This procurement will establish a single award Requirements Contract with a base period of 12 months and four optional 12-month renewals, emphasizing compliance with specified technical requirements and the inclusion of ancillary products that enhance functionality. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Contract Specialist Alex Beck at Alex.Beck1@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.