Q523--Surgical Technologist/Technician Service Scrub Tech
ID: 36C26325Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- SURGERY (Q523)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for On-Site Surgical Technician/Scrub Technician Services at the Minneapolis VA Hospital. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years. This procurement is critical for enhancing healthcare services for veterans, ensuring that qualified personnel are available to meet the rigorous standards of care required in a military healthcare environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by September 19, 2024, at 11:00 AM CST, and direct any questions to Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908. The total award amount is anticipated to be $34 million.

    Point(s) of Contact
    Morgan GalerContracting Specialist
    (605) 585-3908
    morgan.galer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for On-Site Surgical Technician/Scrub Technician Services at the Minneapolis VA Hospital. This solicitation, identified by number 36C26325Q0004, is issued as a Request for Quote (RFQ) and is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). The contract period is from December 1, 2024, to November 30, 2025, with four option years. Offerors must register with the System for Award Management (SAM) and possess the required SBA Veteran Small Business Certification. The proposal evaluation will be comparative, focusing on quotes most favorable to the government. All questions regarding the solicitation must be submitted in writing by September 16, 2024, with the final quotes due by September 19, 2024, at 11:00 AM CST. Noteworthy attachments required for the proposal include wage determinations and compliance documents related to contractor behavior and conflict of interest. This procurement highlights the need for specialized surgical staffing in a military healthcare environment, emphasizing the importance of utilizing local labor resources.
    The document outlines a Request for Proposal (RFP) for On-site Surgical Technologist/Technician Services at the Minneapolis VA Hospital. The objective is to secure 4 Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years. The total award amount is $34 million. The contract stipulates that all personnel must be qualified and certified in Basic Life Support, undergo background checks, and adhere to rigorous standards of care aligned with VA policies and federal regulations. Additionally, contractors must comply with federal training requirements, maintain documentation, and submit invoices electronically. This RFP emphasizes the importance of providing quality care while ensuring staff meet all credentialing and operational standards, serving veterans effectively and efficiently. It reflects the government’s commitment to enhancing healthcare services for veterans through structured contracting practices.
    The Contractor Certification under the Immigration and Nationality Act of 1952 outlines the requirements for contractors providing services to the Department of Veterans Affairs. It mandates compliance with immigration laws, specifically stating that contractors must not knowingly employ or subcontract individuals who are unlawfully present in the U.S. Furthermore, adherence to "E-Verify" requirements and relevant Federal Acquisition Regulations is crucial. Failure to comply may result in prohibitions against the employment of non-compliant foreign nationals and could serve as grounds for contract termination. Contractors are also instructed to obtain similar certifications from their subcontractors. The document emphasizes the legal implications of providing false certifications and highlights the contractor's responsibilities regarding workforce immigration status while serving veterans referred by the Department of Veterans Affairs.
    The document outlines the requirements for addressing organizational conflicts of interest (OCI) in healthcare contracts for the U.S. government, as mandated by the Veterans Affairs Acquisition Regulation (VAAR). It emphasizes the importance of preventing situations that may compromise impartiality or create unfair advantages for contractors. Offerors must provide detailed statements regarding any past, present, or planned interests that could lead to OCI, including those related to subcontractors and consultants. The Contracting Officer has the authority to disqualify a contractor based on OCI unless it can be mitigated. Misrepresentation or nondisclosure of such interests can result in contract termination without expense to the government. Appendix A includes a certification statement for contractors to affirm their compliance regarding potential conflicts. Overall, the document ensures transparency and fairness in the contracting process, safeguarding the government's interests in healthcare services.
    The document outlines the records management obligations for contractors handling Federal records as per various laws, particularly the Federal Records Act. It defines "Federal records," includes requirements for Contractors regarding compliance with records management laws, and mandates adherence to National Archives and Records Administration (NARA) policies. Key responsibilities include maintaining all records created for government use, safeguarding non-public information, and obtaining approval for subcontracting. The document emphasizes that all deliverables are owned by the U.S. Government, and training on records management is required for Contractor employees. Additionally, Contractors must ensure that these requirements are also imposed on any subcontractors. This framework is vital to maintain accountability, security, and compliance within the government contracting process, ensuring that all records are properly handled and protected.
    The VA Handbook 6500.6 Appendix D delineates the Contractor Rules of Behavior for individuals accessing information assets under contract with the Department of Veterans Affairs (VA). It outlines expectations regarding privacy, security, and appropriate usage of VA data and systems. Contractors acknowledge a lack of privacy and consent to monitoring by VA personnel to safeguard information resources. Unauthorized access or misuse is strictly prohibited, with clear penalties for violations of federal laws. Key rules include using only authorized systems, maintaining password security, and reporting security incidents. Contractors are barred from using non-VA technology to process sensitive information unless specifically authorized. The document emphasizes personal responsibility in information security, urging contractors to adhere strictly to VA directives, complete necessary training, and ensure that all subcontractors comply with established security protocols. Final acknowledgment is required from contractors, confirming their understanding of the agreement and commitment to comply with all stipulations. This framework underscores the VA's dedication to protecting sensitive data while ensuring contractors operate within secure and controlled parameters. Overall, it is a critical document for maintaining the integrity and security of VA's information systems during contracted services.
    The document presents Wage Determination No. 2015-4945, a revision related to the Service Contract Act for Hennepin County, Minnesota. It outlines wage rates for various occupations effective in 2024, highlighting minimum wage requirements under Executive Orders 14026 and 13658, mandating $17.20 and $12.90 hourly rates for covered workers, respectively. It also details the required fringe benefits, including health and welfare benefits, paid leave, and holiday provisions for employees under federal contracts. The document employs a structured layout listing various occupations, codes, and their corresponding wage rates while indicating conditions applicable to different contracts based on their award dates. It emphasizes compliance with occupational classifications and stipulates procedures for requesting additional classifications through Standard Form 1444. Overall, the determination aims to ensure fair compensation and worker protections for federal contract employees, reflecting the government’s commitment to ethical labor standards in public contracting.
    The VAAR 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. The primary focus is on ensuring that these businesses retain a significant portion of the contract funds, specifically that they do not pay more than 50% of the amount received from the government to non-certified firms. The document emphasizes the legal implications of providing false certification regarding compliance and outlines potential penalties for non-compliance, including referral for suspension, fines, or prosecution. Offerors must acknowledge their understanding of compliance obligations and agree to provide necessary documentation to demonstrate adherence to the subcontracting limitations. Failure to comply with these provisions could result in ineligibility for contract awards. The certification form must be completed and submitted with procurement proposals. Overall, the document is a crucial component aimed at sustaining the integrity and participation of veteran-owned businesses in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q702--Audiology Health Technician Service - MPLS PoP 12/12/2024-12/11/2025+4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Onsite Audiology Health Technician Services at the Minneapolis VA Health Care System and Twin Ports Community-Based Outpatient Clinic (CBOC). The contract requires five full-time equivalent Audiology Health Technicians to provide essential services, including hearing aid education, maintenance, repairs, data management, and cerumen management, with a performance period from December 12, 2024, to December 11, 2025, and the potential for four additional option years. This procurement underscores the VA's commitment to delivering high-quality audiology services to veterans, adhering to healthcare standards and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 10, 2024, at 11 AM Central Time, and can contact Contract Officer Daniel Vagts at daniel.vagts@va.gov or 651-293-3040 for further information.
    Q201--ON-SITE MEDICAL OFFICER OF THE DAY
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for On-Site Medical Officer of the Day services at the St. Cloud VA Hospital in Minnesota. The contract requires the provision of medical services by physicians, physician assistants, or nurse practitioners, with an anticipated performance period from December 1, 2024, to November 30, 2025, and includes four optional one-year extensions. This procurement is critical for ensuring the delivery of quality healthcare services to veterans, adhering to established medical standards and regulations. Interested offerors must submit their quotes by September 27, 2024, and direct any inquiries to Contract Officer John Becker at john.becker3@va.gov or 605-585-3908.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    J065--SURGICAL INSTRUMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide surgical instrument repair and sharpening services at the Greater Los Angeles Veterans Health Care System. The procurement includes both on-location and off-location services, covering a range of tasks such as inspection, preventive maintenance, ultrasonic cleaning, and parts replacement, with a base contract period from September 30, 2024, to September 29, 2025, and options for four additional years. These services are critical for maintaining the functionality and safety of surgical instruments used in healthcare settings. Interested contractors must submit their proposals by September 6, 2024, to Contract Specialist Steve Crayton at steven.crayton@va.gov, ensuring compliance with all specified requirements and evaluation criteria.
    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.
    S201--Kitchen Ceiling Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for kitchen ceiling cleaning services at the Minneapolis VA Health Care System. The procurement aims to ensure thorough cleaning and disinfecting of ceiling tiles, grids, smoke detectors, and vents within the Nutrition Food Services Department, covering an area of approximately 14,500 square feet. This service is critical for maintaining hygiene standards in a healthcare environment and is set aside for small businesses under the NAICS code 561720, with a size standard of $22 million. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM Central Time, and can direct technical questions to Contracting Officer Cameron J. Rick at Cameron.Rick@va.gov. The anticipated period of performance for the contract is from September 23, 2024, to October 4, 2024.
    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 solicitation number 36C26224Q1817, aimed at enhancing surgical procedures at the VA Loma Linda Healthcare System in California. The procurement includes a comprehensive range of surgical devices, maintenance services, and protective coverage, with specific requirements for high-resolution imaging capabilities, seamless integration with hospital systems, and compliance with federal regulations. This initiative underscores the government's commitment to improving healthcare service delivery and operational efficiency, with proposals due by September 18, 2024, at 4:00 PM Pacific Time. Interested vendors should direct inquiries to Contracting Officer Deronte Reid via email at Deronte.reid@va.gov.
    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.
    J065--Laser Etching and Censitrac Commissioning Surgical Tools
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for laser etching and commissioning services for 25,000 surgical instruments at the Pittsburgh VA Healthcare System. The procurement aims to perform tape removal, create Unique Device Identifications (UDI) using 2D data matrix laser etching, and integrate the instrument data into the existing Censitrac tracking software, with an emphasis on compliance with VA standards. This contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is crucial for maintaining accountability in surgical instrument tracking and maintenance. Interested contractors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Contract Specialist Jeff Mann at jefferson.mann@va.gov or 717-202-5456.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.