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--Equivalent to Medivators Endoscope Reprocessing POP: 3-24-2025 through 6-23-2025
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the procurement of four Medivators Advantage Plus Endoscope Reprocessing Systems, or equivalent models, aimed at enhancing the Sterile Processing Service's capacity to efficiently clean and disinfect endoscopic instruments. This Request for Quotation (RFQ) is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes the installation and removal of outdated systems, along with compliance to detailed operational and maintenance specifications. The contract performance period is from March 24 to June 23, 2025, with responses due by March 21, 2025. Interested parties should contact Contract Specialist Christopher Rossi at Christopher.Rossi2@va.gov or 281-435-1681 for further details, and must adhere to federal wage determinations under the Service Contract Act throughout the project.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    6515--Brand Name Solicitation for Steris MEDIVATORS ADVANTAGE PLUS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a brand name solicitation for the Steris MEDIVATORS ADVANTAGE PLUS, a critical medical device used in healthcare settings. This procurement aims to acquire electromedical and electrotherapeutic apparatus, specifically categorized under medical and surgical instruments, equipment, and supplies. The goods are essential for ensuring effective medical procedures and patient care within the Veterans Affairs facilities. Interested vendors should direct their inquiries to Contracting Officer Aleta Jennette at Aleta.Jennette@va.gov or by phone at (914) 737-4400 ext 2068, as the solicitation details are outlined in the Combined Synopsis/Solicitation notice.
    6515--MEDIVATOR ADVANTAGE PLUS (VA-25-00012472)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide an Automated Endoscope Reprocessor (AER), specifically the Medivator Advantage Plus, along with installation services for the Beckley VA Medical Center in West Virginia. This procurement is structured as a firm-fixed-price delivery order, emphasizing compliance with the Buy American Act and requiring detailed specifications for the AER, including warranty and maintenance expectations. The solicitation encourages participation from small businesses, particularly service-disabled veteran-owned and veteran-owned firms, reflecting the government's commitment to quality healthcare services for veterans. Interested parties must submit their quotes electronically by March 7, 2025, and can direct inquiries to Contract Specialist James Ferro at James.Ferro@va.gov.
    6515--Nationwide Infusion Pump Requirement
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information through a Sources Sought Notice for a nationwide requirement for infusion pump units and associated support services. The procurement aims to acquire large volume infusion pumps, syringe pumps, and patient-controlled analgesia (PCA) pumps, along with necessary hardware, software, installation, integration, and training services to enhance patient care and ensure compliance with health regulations. Interested vendors must submit their responses, including business size classification, capabilities, and pricing details, by March 13, 2025, to the Contracting Officer, Brett Cook, at brett.cook@va.gov or via phone at 727-366-0517. This opportunity is part of the VA's commitment to improving healthcare equipment and services, and responses will be used for market research purposes only.
    6530--Drying Cabinet
    Buyer not available
    The Department of Veterans Affairs is seeking information from vendors regarding the procurement of a medical-grade Instrument Drying Cabinet for the Perry Point, MD VA Medical Center. The cabinet is intended to enhance the drying process of reusable medical instruments and devices, thereby improving sterilization efficiency and reducing manual drying time. Key specifications for the cabinet include stainless steel construction, removable shelves, internal LED lighting, and the use of HEPA-filtered air. Interested vendors must submit their responses, detailing their capabilities and product offerings, by March 12, 2025, at 2 PM EST. For further inquiries, vendors can contact Contracting Officer Theresa Thomas at theresa.thomas7@va.gov or by phone at 410-642-2411 x26534.
    6515--Notice of Intent to Sole Source Innowave PC Sonic Irrigator
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to STERIS Corporation for the procurement of two InnoWave PCF Sonic Irrigators for the Michael E. DeBakey VA Medical Center in Houston, Texas. This acquisition aims to replace outdated sonic washers that are no longer economically feasible to repair, enhancing the cleaning processes for surgical instruments through advanced thermal disinfection capabilities. The InnoWave Sonic Irrigator is designed to efficiently clean multiple lumened devices, thereby improving operational efficiency and hygiene in surgical settings. Interested vendors must express their capability to fulfill this requirement by March 12, 2025, with all responses directed to Contract Specialist Frank Sanders at frank.sanders1@va.gov. The planned award date for the contract is April 4, 2025.
    6640--ENDOSCOPY ANALYZER
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Endoscopy Analyzer through a Request for Quotation (RFQ) identified as 36C26225Q0505, aimed at the VA Long Beach Healthcare System in California. The procurement requires a device that offers real-time measurement capabilities, compatibility with existing Medtronic equipment, and wireless operation, along with service plan options. This equipment is critical for enhancing healthcare technology within the VA system, ensuring quality medical services for veterans. Interested vendors must submit their proposals electronically by March 7, 2025, and direct any inquiries to Contracting Officer Deronte Reid via email only, as phone inquiries are not permitted.
    6520--NX EQ Dental Units and Chairs
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Dental Delivery Units and Chairs, specifically brand name or equivalent to A-dec® products, through a Sources Sought Notice. The procurement aims to establish a Requirements Contract for an anticipated 12-month base period with four possible 12-month extensions, focusing on specialized dental equipment that accommodates diverse patient populations, including those with severe disabilities. Key specifications include a minimum chair capacity of 450 lbs, the ability to lower to 14 inches, and an integrated water source pick-up system, with vendors required to demonstrate compliance and provide technical literature. Interested parties should contact Contracting Officer Kimberly LeMieux at Kimberly.LeMieux@va.gov for further details, noting that this notice is for planning purposes only and does not constitute a formal solicitation.
    6515--Van Gogh Microscopy CelTivity System
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the Van Gogh Microscopy CelTivity System, as outlined in solicitation number 36C26025Q0329. This procurement aims to acquire essential medical equipment, including the microscopy system, a premium service agreement, and associated patient biopsy kits, with specific requirements such as full field optical coherence tomography (OCT) capability and compatibility with cleaning agents like bleach. The initiative is part of the VA's efforts to modernize its medical equipment and services, ensuring high standards for veteran healthcare facilities. Interested vendors must submit their quotes by March 11, 2025, to Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov, adhering to federal regulations regarding brand name or equal products and ensuring that all equipment is sourced from authorized manufacturers or distributors.