NX EQ WASHER DECONTAMINATION UNITS
ID: 36C10G24R0032Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ Washer Decontamination Units to enhance patient care across its medical centers nationwide. The units are essential for the automatic or semiautomatic cleaning and decontamination of surgical instruments and other critical medical devices, ensuring compliance with health and safety standards. This procurement will be conducted under solicitation number 36C10G24R0032, with a single award Requirements contract anticipated, including a base year and four option years. Interested vendors must submit their proposals, including technical and pricing information, by September 18, 2024, and can direct inquiries to Trevor Mason or Sara Vickroy via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document is an amendment to a solicitation issued by the U.S. Department of Veterans Affairs for a specific project (36C10G24R0032). The key purpose of Amendment 0001 is to revise Attachment A - Price Cost Schedule, addressing the duplication of Contract Line Items Numbers (CLINs). The amendment outlines that offers must acknowledge receipt by specified methods to ensure acceptance, reinforcing the importance of timely submission. Additionally, it clarifies that all terms from the original contract remain unchanged except for the amendments detailed. The document serves the essential role of maintaining clarity and accuracy in the bid process and stipulates specific actions to take if changes are made to submitted offers. Overall, this amendment reflects the ongoing management and adjustment of contracts to enhance procurement efficiency.
    The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) under solicitation number 36C10G24R0032 for Washer/Decontamination Units to enhance patient care at VA Medical Centers nationwide. The units must efficiently clean and decontaminate surgical instruments and other critical medical devices, involving multiple operations like prewash, enzyme treatment, and thermal disinfection. Proposals may include Steris brand units or equivalent products that meet specified salient characteristics. The awarded contract will be a single award Requirements contract with a single 12-month base year and four option years, with delivery terms of FOB. All interested vendors are required to submit a technical proposal and pricing information, demonstrating compliance with the Federal Acquisition Regulation (FAR). Key evaluation factors will include safety features, design, and performance capability of the equipment. Additionally, vendors are responsible for installation, training, maintenance, and addressing product recalls or updates. The deadline for proposal submission is September 18, 2024. This procurement reflects the VA's commitment to providing high-quality medical equipment to support its healthcare facilities effectively.
    The document outlines a Request for Proposal (RFP) that includes a comprehensive list of items and services related to the AMSCO series equipment, specifically in relation to sterilization units and associated accessories. The items listed span various specifications, including different voltages (460-480V, 200-208V) and heating options (steam and electric) for AMSCO models 3052, 5052, 7052HP, and 7053HP. Additionally, provisions for installation kits, transfer carts, various manifold racks, air management kits, and bar code scanning equipment are included. The RFP emphasizes the need for specific installation requirements, maintenance kits, and accessory options essential for the operation of these sterilization units. The document also references unique equipment installation procedures, seismic safety kit offerings, and the requirement for technical training for personnel involved with AMSCO equipment. Overall, this document serves to solicit proposals for the procurement and installation of specialized sterilization equipment and associated support, demonstrating a commitment to maintaining high standards in healthcare safety and operational efficiency within federal and local institutions. The RFP underlines the importance of compliance with technical specifications and safety standards in the health sector.
    This document outlines the contract administration and invoicing guidelines for a procurement agreement with the U.S. Department of Veterans Affairs (VA). Key points include the identification of government contacts, the importance of electronic invoice submission, and the contractor's obligations for reporting and delivery. The contractor must remit invoices electronically within 30 days of delivery, following specific submission procedures, including the use of Tungsten’s Electronic Invoice Presentment and Payment System. Additionally, all shipments must adhere to specified delivery requirements, ensuring compliance with the VA's operational protocols. Terms under the contract emphasize that vendor items must satisfy government needs, with potential evaluations of replacements. The document also details the process for reporting sales on a monthly and quarterly basis, outlining submission deadlines aligned with the government's fiscal calendar, further ensuring systematized financial oversight. This structured approach promotes efficient contract administration and adherence to government regulations, reflecting the VA's commitment to effective operation management throughout the purchasing process.
    The document outlines contract clauses related to federal procurement, primarily focusing on the requirements and obligations for contractors working with the Department of Veterans Affairs. Key topics include mandatory written disclosures through the VA OIG Hotline, Service Level Agreement (SLA) fees embedded in pricing, and the requirement for quarterly sales reporting by contractors. The SLA fee, currently set at 3%, is a reimbursement mechanism for acquisition-related services and must be reported transparently alongside sales to the VA and other government agencies. Additionally, the document stipulates compliance with various Federal Acquisition Regulation (FAR) clauses that implement statutory and executive order provisions, addressing aspects such as contracting ethics, labor standards, and equal employment opportunities. Other clauses cover requirements for adequate accounting practices, liquidated damages for delays, and specific conditions about product quality, indicating a preference for new OEM items only, ensuring no gray market or counterfeit products are provided. Overall, this document emphasizes compliance, ethical conduct, and accountability in federal contracting processes while ensuring transparency and fairness in contractor operations.
    This document outlines solicitation provisions related to the procurement of telecommunications and video surveillance services or equipment under federal government contracts. It details representations and certifications required from offerors, particularly concerning covered telecommunications equipment, responsibility matters, and past performance. Key sections include prohibitions based on the John S. McCain National Defense Authorization Act, requiring offerors to state whether they provide or use covered telecommunications equipment, alongside disclosures for entities that come under this classification. Additionally, it specifies the requirement for offerors to certify their responsibility status concerning debarment, felony convictions, and tax liabilities. The submission process for proposals is structured into five distinct volumes, covering technical capabilities, past performance, veterans' preference, pricing, and certifications. The evaluation criteria prioritize technical capability and past performance, with a preference given to certified service-disabled veteran-owned and veteran-owned small businesses. The document emphasizes the importance of compliance with solicitation requirements, highlighting that proposals failing to meet minimum characteristics will be deemed unacceptable. Overall, this solicitation is a vital mechanism for ensuring the government obtains reliable telecommunications services while adhering to legal and fiscal responsibilities.
    This document outlines a comprehensive contract framework for the Department of Veterans Affairs (VA), detailing various line items, contract numbers, and the respective VA facilities across several healthcare networks. The data comprises contractor specifics, pricing inclusive of Service Level Agreement (SLA) fees, and summaries of sales quantities along with total sales amounts. It distinguishes different regional networks, such as VA New England and VA Southeast Network, which include multiple locations from Togus, ME, to Miami, FL. Each facility is indexed with unique line item identifiers, suggesting a structured approach to tracking services and products sold to veterans' healthcare facilities. Additionally, it mentions the fiscal quarter for the reporting period, emphasizing a meticulous tracking mechanism essential for accountability in federal grants and requests for proposals (RFPs). Overall, the document serves to track and manage service provisions under a federal contract, ensuring effective oversight of veteran healthcare funding and resource allocation.
    The Department of Veterans Affairs (VA) is conducting a Past Performance Questionnaire for the solicitation of NX EQ Washer Decontamination Units (Steris® Brand Name or Equal). Offerors are required to provide references for evaluation, with a maximum of five references from the past three years. The questionnaire assesses the offeror’s quality of service, cost control, timeliness of performance, and business relations, each rated on a scale from 1 (Unsatisfactory) to 3 (Excellent). References must provide their contact information, the contract number, and details about the contract’s period and value. Each category allows space for comments to assist in the evaluation process, and references must submit completed questionnaires to the designated VA contact by September 10, 2024. This document is essential for ensuring that offerors are evaluated fairly based on their past performance, thereby aiding the VA in awarding contracts that meet its operational requirements effectively.
    The document is an attachment referencing the past performance of potential contractors for the solicitation 36C10G24R0032, concerning the provision of NX EQ Washer Decontamination Units. It outlines the necessary details an offeror must provide regarding their relevant contract performance history, which includes identification of the company, relationship to the offeror (whether a prime or subcontractor), contract specifics, and contact information for both the contracting officer and program manager. The file emphasizes the importance of summarizing the work performed in relation to the solicitation's requirements and addressing any performance issues along with corrective actions taken in previous projects. This information will ensure the evaluating authority has a comprehensive understanding of the offeror's capability and reliability based on prior experiences. The document's structure necessitates detailed inputs from the offeror to allow for an effective evaluation of past performance as it pertains to future government contracting opportunities. Overall, it reinforces the need for accountability and proven success in similar projects to enhance bidding positions in federal and state contracts.
    The document outlines the specifications and requirements for a Request for Proposal (RFP) pertaining to the procurement of various AMSCO products and related accessories, focusing on steam and electric heated washers and associated components. It includes detailed item descriptions, manufacturer details, and estimated quantities for a range of products classified under different Clinical Item Numbers (CLINs). The purpose of the RFP is to solicit bids from vendors, specifying the need for items such as air compressors, thermal printers, racks, and installation kits, as well as various accessories for medical instrumentation, ensuring compliance with safety standards and operational efficiency in healthcare settings. Each item listed comes with a specified unit of measurement and estimated quantity for various contract years, indicating the anticipated demand and allowing for vendor proposal submissions. This RFP is essential for healthcare facilities looking to acquire necessary equipment and supplies while undergoing procurement processes aligned with federal regulations and standards. The structured approach ensures that vendors provide detailed pricing and delivery estimates alongside product specifications to promote competitive bidding and selection.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    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.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    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.
    3510--ScrubX Machine Kansas City VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide and install ScrubEx and alEx linen dispensing systems, along with necessary accessories, for the Kansas City VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside and includes requirements for web-based tracking software, specific machine dimensions, and compliance with VA information security protocols. The ScrubEx machines are crucial for efficient linen management within the medical facility, ensuring that the VA can maintain high standards of hygiene and operational efficiency. Interested contractors should contact Contract Specialist Paul Dixon at paul.dixon@va.gov for further details, with the solicitation number being 36C25526Q0060.
    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.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    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.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    6515--Revises eOffer, GSAR/FAR, SubK Template, Sig Auth, Price Prop Sprdst & Wage Determ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to revise various procurement documents, including the eOffer, GSAR/FAR, Subcontract Template, Signature Authorization, Price Proposal Spreadsheet, and Wage Determination related to medical and surgical instruments. This procurement aims to ensure compliance and streamline processes within the Surgical and Medical Instrument Manufacturing sector, which is critical for providing high-quality healthcare services to veterans. Interested vendors can reach out to the FSS Service Helpdesk at fss.help@va.gov or call 708-786-7737 for further information regarding this opportunity. The notice is categorized as a Combined Synopsis/Solicitation under NAICS code 339112 and PSC code 6515.