J065--Steris PM Chamber Cleaning Services
ID: 36C25725Q0321Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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 is seeking to procure Steris PM Chamber Cleaning Services through a sole source contract, aimed at maintaining the operational integrity of sterilization equipment used in healthcare facilities for veterans. The contract will cover the cleaning of seven Amsco 400 Series sterilizers six times a year, ensuring compliance with OEM standards and federal regulations, with a base period of 12 months starting from May 1, 2025, and options for four additional years. This procurement is critical for ensuring the cleanliness and safety of medical equipment, thereby supporting the quality of care provided to veterans. Interested contractors must submit capability statements by February 26, 2025, and can direct inquiries to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818.

    Point(s) of Contact
    Lesley KitchenContract Specialist
    (972) 708-0818
    Lesley.kitchen@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issued a Special Notice for Steris PM Chamber Cleaning Services, signifying an intent to sole source this procurement. The solicitation number is 36C25725Q0321, with a response deadline set for February 26, 2025, at 3 PM Central Time. The contracting office is located in Duncanville, Texas (ZIP code 75137), and is part of the North Texas Healthcare System. The Notice indicates that recovery act funds are not being utilized, and the involved product/service code is J065, aligning with the NAICS code 811210 for other services related to machinery repair and maintenance. A Contract Specialist, Lesley Kitchen, is designated for inquiries and can be contacted via email at lesley.kitchen@va.gov. Further information is outlined in attached documents that include the Intent to Sole Source, Statement of Work, and a project schedule. This procurement process is essential for maintaining the operational integrity of health facilities serving veterans, thereby ensuring the quality of care and safety in equipment used.
    The Department of Veterans Affairs, Network Contracting Office 17 plans to issue a sole source contract for Preventative Maintenance of Steris Chamber Cleaning, following FAR Part 13 guidelines for a single source solicitation. The contract will align with the defined statement of work (SOW) and uses NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance. This notice is not a request for competitive quotes; however, contractors may submit capability statements for consideration until February 26, 2025. Proposals must demonstrate the contractor’s qualifications and OEM authorization to ensure compliance with warranty and service requirements. Interested contractors should email their responses to the designated contact, but the VA will not incur costs for responses. The government retains discretion over whether to pursue further competition based on the responses received. This procurement represents the VA's commitment to maintaining its equipment through specialized preventive maintenance services while adhering to regulatory requirements under federal procurement guidelines.
    The document outlines a Price/Cost Schedule for supplying AMSCO 400 series equipment, specifically various models of PVAC (Positive Ventilation and Air Conditioning) cabinets and hinges for a contract spanning from May 1, 2025, to April 30, 2030. It details items numbered from 0001 to 4007, with each item having a specified quantity of 12 months and categorized into four option periods for potential contract extension. Each item includes descriptions, serial numbers, and local stock numbers, but does not provide unit prices or total amounts, indicating placeholders for these cost details. This structure signifies the intention to procure these items under a government Request for Proposal (RFP), reflecting a need for standardized equipment over multiple years. The information is crucial for contractors to understand what is required and the timeline for delivery in compliance with federal contract management. Adherence to defined contract periods ensures accountability and performance benchmarks across the contract's duration.
    The federal contract outlined in this Statement of Work aims to provide chamber cleaning services for sterilization equipment at South Texas Health Care Systems. Specifically, the contractor is responsible for cleaning seven Amsco 400 Series sterilizers six times a year and ensuring compliance with OEM standards, federal regulations, and safety protocols. The contract spans a base period of 12 months from May 1, 2025, to April 30, 2026, with options to extend for up to four additional years. Contractors must supply qualified personnel, OEM parts, and necessary equipment, ensuring all work aligns with established guidelines. They are required to report any defects or issues to the point of contact (POC), maintain documentation, and ensure the safety of all services performed. Importantly, contractors are prohibited from accessing protected health information or removing equipment from the VA without proper controls in place. Overall, this contract demonstrates the government's commitment to maintaining high standards for health care equipment cleanliness and safety within its facilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Custom Sterile Surgical Procedure Packs for various facilities across Veterans Integrated Service Networks (VISNs) 5, 9, 10, 12, 15, 16, and 23. The procurement aims to ensure the timely delivery of essential sterile medical supplies, including a variety of surgical packs tailored for specific procedures, which are critical for maintaining high standards of patient care in VA medical centers. This initiative underscores the importance of standardization and compliance with federal regulations, including the Trade Agreements Act, to enhance operational efficiency in healthcare delivery. Interested vendors should contact Contract Specialist Laura Nabity at Laura.Nabity@va.gov, with the contract period set to commence on May 1, 2025, and a funding ceiling of $98.5 million.
    6515--Scope Drying Cabinet
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Scope Drying Cabinet, specifically the Reliance™ 6500 Endoscope Drying and Storage Cabinet, to be utilized at the Mann-Grandstaff VA Medical Center in Spokane, WA. The procurement aims to acquire high-quality, new equipment that meets federal medical standards, including features such as HEPA filtration systems and traceability controls, essential for the proper maintenance and storage of Olympus gastrointestinal endoscopes. This equipment is critical for ensuring infection control and the longevity of medical instruments, thereby enhancing operational efficiency in healthcare settings. Interested contractors must submit a completed SF 1449 form, company details, price schedule, and other required documentation by the specified deadline, with delivery expected within 60-90 days after order confirmation. For further inquiries, potential bidders can contact Contract Specialist Rachel G Richardson at rachel.richardson@va.gov.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for full preventive maintenance (PM) services for hospital beds and stretchers at the New Jersey Healthcare System, with a contract duration from March 15, 2025, to March 14, 2026, and the option for four additional one-year extensions. Contractors are required to provide qualified Field Service Engineers (FSEs) who can ensure operational readiness through maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, with an emphasis on compliance with updated technician qualifications that allow for "trained and qualified" personnel rather than strictly OEM-certified technicians. This contract is crucial for maintaining high standards of patient care by ensuring the reliability of essential medical equipment, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by March 7, 2025, at 10:00 AM ET, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    6515--Endoscope Drying Scope Cabinets
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Storage Endoscope Drying Cabinets for the Fredericksburg Healthcare Center located in Fredericksburg, Virginia. This presolicitation notice, identified by solicitation number 36C246250352, aims to enhance the healthcare facility's operational capabilities by improving endoscope storage solutions. The procurement falls under the NAICS Code 339113, which pertains to medical equipment manufacturing, and is categorized as unrestricted, allowing a wide range of vendors to participate. Interested parties should direct all inquiries and submissions to Contracting Officer Audrey Wooten at audrey.wooten@va.gov, as telephone inquiries will not be accepted. The anticipated issuance date for the solicitation is February 21, 2025, and potential vendors are responsible for obtaining all relevant documents through the Contracting Opportunities section on the SAM.gov website.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of 60 units of sterile processing service (SPS) case carts, aimed at enhancing preventative and corrective maintenance within its facilities. The Request for Proposal (RFP) emphasizes the importance of compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and mandates adherence to information security protocols and financial transparency. These case carts are critical for maintaining operational standards in healthcare settings, ensuring the effective processing of medical equipment. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919, with proposals due by the specified deadlines, as the contract period spans from May 1, 2025, to September 30, 2029, with options for extension.
    6515--Innowave Sonic Irrigator
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Innowave Sonic Irrigators, specifically the STERIS InnoWave Unity model, as part of a service-disabled veteran-owned small business (SDVOSB) set-aside contract. The procurement aims to upgrade outdated equipment at the Jamaica Plain VA Medical Center, which is crucial for the centralized sterilization processes across the Boston Healthcare System. This initiative not only enhances operational efficiency and compliance but also ensures the use of FDA-approved equipment while adhering to federal standards and safety protocols. Interested vendors must submit their quotes by 1 PM Eastern Time on February 26, 2025, to Contract Specialist Chadwin Walker at chadwin.walker@va.gov, with performance expected between February 28 and May 27, 2025.
    J065--Karl Storz Service Agreement | Base and 1OY Columbus VAACC Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to negotiate a sole-source Firm-Fixed Price Contract for a service agreement with Karl Storz Endoscopy America, specifically for the Columbus VAACC facility. This procurement aims to secure specialized maintenance and repair services for Karl Storz surgical equipment, which is critical for ensuring the operational readiness and effectiveness of medical procedures at the facility. Interested contractors are invited to submit a capabilities statement by February 28, 2025, at 10:00 AM Eastern Time, directed to Contracting Officer Michael Groneman and Contracting Specialist Andrew Arnst via email. Please note that the government will not reimburse any costs incurred in the submission process.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.