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
  1. 1
    Posted Aug 28, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 12, 2024, 12:00 AM UTC
  3. 3
    Due Sep 18, 2024, 1:00 PM UTC
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
Sep 12, 2024, 5:04 PM UTC
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 Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Horizontal Endoscope Drying and Storage Cabinets under solicitation number 36C10G25R0015. This procurement aims to enhance patient care by ensuring effective drying and storage of endoscopes, which are critical for preventing bacterial transmission and hospital-acquired infections. The cabinets must meet specific salient characteristics, including compliance with AAMI and AORN standards, and the contract will span an initial 12-month period with four optional extensions. Interested vendors must submit their proposals by May 1, 2025, at 5:00 PM Eastern Time, and can contact Contract Specialist Michael Andrews at michael.andrews6@va.gov or 678-428-5319 for further information.
6515--RFI NOI SS ScrubEx Replacement Equipment
Buyer not available
The Department of Veterans Affairs is seeking to procure ScrubEx replacement equipment for the Michael E. DeBakey VA Medical Center in Houston, TX, through a sole-source contract with L1 Enterprises, Inc. This procurement includes the supply and installation of eight ScrubEx® dispensing units, along with necessary training and customer service updates, as outlined in the Performance Work Statement. The equipment is crucial for enhancing operational efficiency in managing medical scrubs and linens within the facility, ensuring compliance with safety and performance standards. Interested businesses must confirm their capability to meet the requirements by April 15, 2025, and can contact Contract Specialist Robert Arabie at robert.arabie@va.gov or 337-244-7254 for further information.
6515--NE EQ Endoscope Drying and Storage Cabinets - Vertical (VA-25-00066098)
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified vendors for the procurement of vertical Endoscope Drying and Storage Cabinets as part of a national single Requirements contract. This initiative aims to enhance infection control by providing cabinets that maintain a controlled environment for the post-disinfection storage of endoscopes, with a contract period consisting of a base year and four optional years for delivery to various VA medical centers across the United States. The cabinets must utilize HEPA-filtered air and accommodate channel purging to prevent infection, ensuring compliance with specified salient characteristics. Interested vendors must submit their responses, including company details and technical literature, by April 16, 2025, to Levi Russin at Levi.Russin@va.gov or by phone at 757-722-9961 ext-3115.
6515--Brand Name or Equal to Sterrad All Clear
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 20, is seeking proposals for the procurement of a product branded as Sterrad NX 100 or an equivalent item. This procurement is essential for providing necessary medical equipment at the Roseburg VA Medical Center in Oregon, which plays a critical role in supporting the healthcare needs of veterans. The solicitation number for this opportunity is 36C26025Q0387, with a response deadline set for April 10, 2025, at 12:00 PM Pacific Time. Interested small businesses can contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922 for further details regarding the submission process.
6530--Ultrasonic Cleaner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a floor-mounted ultrasonic cleaning system with double basins for the Wilkes-Barre VA Medical Center. This system is essential for reprocessing reusable medical devices, and the contract includes the delivery, deinstallation of existing equipment, installation, and configuration of the new system, along with staff training on its usage and maintenance. The procurement emphasizes participation from certified service-disabled veteran-owned small businesses and requires compliance with VA regulations, including restrictions against gray market or counterfeit items. Interested vendors must submit their offers by April 10, 2025, at 4:00 PM Eastern, and can direct inquiries to Christina Gennaoui at christina.gennaoui@va.gov.
6515--607-25-3-1339-0015/STERRAD STERILIZERS (VA-25-00066100)
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for STERRAD sterilizers from Advanced Sterilization Products (ASP). This procurement includes two line items: the STERRAD ST100NX AllClear sterilizer program and a one-year access license fee, reflecting the VA's commitment to acquiring essential medical sterilization equipment. The goods sought are critical for maintaining hygiene and safety standards in medical environments, aligning with the surgical and medical instrument manufacturing industry as defined by NAICS code 339112. Interested parties may submit questions to Vernise L. Newton at vernise.newton@va.gov by April 11, 2025, at 10:00 a.m. Central Time, noting that the government will not cover any costs incurred in response to this notice.
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically for the acquisition of medical imaging equipment under the National Acquisition Center (NAC). This procurement aims to enhance healthcare services for veterans by consolidating equipment purchases across various modalities, including ultrasound and radiographic systems. The selected vendors will be required to meet detailed technical specifications, provide comprehensive training for clinical staff, and ensure compliance with federal security standards. Interested parties must submit their offers by April 14, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
6515--TEE Cleaner & Disinfector | 623 Tulsa
Buyer not available
The Department of Veterans Affairs is seeking bids for a TEEClean Probe Cleaner Disinfector to be utilized at the Tulsa Veterans Affairs Medical Center. This procurement aims to acquire a high-level disinfection system that automates the cleaning of transesophageal echocardiogram (TEE) probes, thereby reducing manual cleaning risks and ensuring compliance with regulatory standards. The project includes the delivery, installation, staff training, and warranty for the disinfector, with equipment compatibility required for existing GE Healthcare probes. Proposals are due by April 9, 2025, and deliveries are expected between September 15 and October 17, 2025. Interested contractors should contact Contract Specialist Robert M. Clark Jr. at robert.clark15@va.gov or 254-538-0487 for further details.
NX EQ Microwave Therapy Systems: Tissue Ablation
Buyer not available
The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice to identify qualified suppliers for Microwave Tissue Ablation Systems, specifically the Ethicon NEUWAVE® brand or equivalent. This procurement aims to support the Veterans Health Administration's (VHA) requirement for non-expendable medical equipment, which is crucial for effective tissue ablation in healthcare settings. Interested vendors are invited to submit their qualifications, service plans, and technical literature demonstrating compliance with the necessary specifications, with responses due by April 9, 2025. For further inquiries, vendors may contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov.
Surgical Scrub Dispensing Services | Wilmington VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking potential contractors to provide Surgical Scrub Dispensing Services for the Wilmington VA Medical Center in Delaware. The procurement involves a firm-fixed-price contract for a five-year period, which includes the installation, maintenance, and management of three automated scrub dispensing machines and two return units, along with the laundering and restocking of scrubs, with an estimated annual demand of 11,000 to 15,000 units. This service is crucial for maintaining hygiene and infection control standards within the healthcare facility. Interested parties are encouraged to submit their capabilities and relevant information to Contracting Officer Stephanie McFadden by April 9, 2025, as this notice serves as a market research tool and does not constitute a formal solicitation.