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
    6515--NX EQ HoverTech Air-Assisted Patient Lifting Systems - added Attachment C
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ HoverTech Air-Assisted Patient Lifting Systems to enhance patient mobility and safety across VA medical centers nationwide. This solicitation aims to secure non-expendable medical equipment that meets specific technical requirements, with a focus on improving patient care while minimizing caregiver injuries. The contract will span an initial 12-month base year with four potential option years, and interested vendors must submit their proposals by September 20, 2024, at 11:59 PM Eastern Time. For inquiries, vendors can contact the Contract Specialist, Maurice Christian, via email at Maurice.Christian@va.gov.
    6525--Brand Name or Equal to Ethicon NeuWave Certus 140 microwave Ablation System. Unrestricted.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the acquisition of a "Brand Name or Equal" Ethicon NeuWave Certus 140 Microwave Ablation System, intended for use in the Interventional Radiology department at the Corporal Michael J. Crescenz VA Medical Center. This advanced medical system is designed to enhance treatment options for veterans suffering from cancer or benign tumors through minimally invasive procedures, featuring capabilities such as simultaneous use of multiple ablation probes and a CO2-based cooling system. The procurement emphasizes adherence to Federal Acquisition Regulation (FAR) clauses and requires vendors to submit their quotes by September 20, 2024, with evaluations based on price and technical acceptability. Interested vendors can reach out to Contracting Officer David M Santiago at david.santiago2@va.gov for further information.
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of high-tech medical equipment through the "June 2024 Equipment Only Consolidation" initiative. This procurement aims to acquire essential imaging equipment and supplies, specifically targeting the needs of various Veterans Affairs healthcare networks across the United States. The equipment is crucial for enhancing healthcare delivery to veterans, ensuring that facilities are well-equipped to provide quality medical services. Interested vendors must submit their offers by October 30, 2024, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    6515--SURGICAL EQUIPMENT LEASE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the lease of surgical equipment through an unrestricted Request for Quotation (RFQ) identified as 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, such as digital capture devices, camera control units, and advanced surgical tools, with specific requirements for high-resolution imaging, EHR connectivity, and maintenance services over a base period and three optional renewal years. This initiative is critical for ensuring that healthcare providers have access to modern surgical equipment that meets operational standards and improves patient outcomes. Proposals are due by September 19, 2024, at 4:00 PM Pacific Time, and interested vendors should direct inquiries to Contracting Officer Deronte Reid via email.
    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.
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    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.
    7910-- Scrubbers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small businesses to provide scrubbers for the Fredericksburg Health Care Center located in Fredericksburg, Virginia. This procurement is part of a presolicitation notice indicating that the formal solicitation, identified as number 36C24624Q1407, will be issued around September 18, 2024, with a performance period of 30 days following the receipt of the order. Scrubbers are essential for maintaining cleanliness and hygiene standards within healthcare facilities, underscoring the importance of this acquisition. Interested parties must direct all inquiries and proposals via email to Contract Specialist Jake Puckett at jake.puckett@va.gov, as telephone inquiries will not be accepted. The applicable NAICS Code for this opportunity is 333310, which pertains to Commercial and Service Industry Machinery Manufacturing, with a size standard of 1,000 employees.