J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
ID: 36C25926Q0115Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.

    Point(s) of Contact
    Thaddeus GrayContracting Officer
    (303) 712-5739
    thaddeus.gray@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Quote (RFQ) 36C25926Q0115 for Biomed Steris Sterilizer Maintenance services for the Eastern Colorado Healthcare System (ECHCS). This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAICS code of 811310. The contract will be a firm-fixed price for a base year and four option years, covering scheduled and unscheduled maintenance. Quotes are due by January 5, 2026, at 4 PM Mountain Time and must be emailed to Thaddeus Gray at thaddeus.gray@va.gov. Offerors must submit a technical capability statement, price proposal, past performance information, and a certificate of compliance for limitations on subcontracting. Award will be made on an “All or Nothing Basis” to the most advantageous offer, considering technical capability, price, and past performance.
    The document, titled "Attachment A - Steris Equipment Inventory," provides a detailed list of Steris brand medical equipment, categorized by model and identified by serial number. The inventory includes various types of Steris equipment such as Vision 1327 Washers, 5052 units, AMSCO Evolution Medium HC-1500, SCS-M-F1, 400 Series Model 16, Caviwave CR-12, Caviwave CRP117, V-Pro Max, and Innowave Pro. This type of inventory is crucial in government RFPs, federal grants, or state/local RFPs, as it likely serves to itemize assets for procurement, maintenance contracts, or grant applications related to healthcare facility upgrades or equipment management.
    Attachment B, titled "Preventive Maintenance Schedule (OEM-Aligned)," outlines the required maintenance routines for various equipment, likely within a healthcare or laboratory setting. The document details the frequency and specific OEM (Original Equipment Manufacturer) requirements for each piece of equipment, including washers, sterilizers, conveyors, and ultrasonics. Maintenance tasks range from daily cleaning and inspections to weekly leak tests, monthly gasket inspections, quarterly full OEM preventive maintenance, semi-annual transducer testing, and annual chamber cleaning or lift-gate verification. This schedule ensures the proper functioning, longevity, and compliance of the equipment, which is critical for operational efficiency and safety, especially in contexts such as federal government RFPs for facility management or equipment servicing contracts.
    This Performance Work Statement outlines the requirements for a contractor to provide full-service maintenance for Steris equipment at a VA facility. The contract includes both unscheduled and scheduled maintenance, covering calibration, cleaning, repair, and replacement of parts, all in compliance with OEM specifications, VA policies, and various safety standards. The period of performance spans a base year and four option years (March 2026 – February 2031). Key requirements include a four-hour on-site response time for unscheduled repairs, annual preventative maintenance by December 31st, provision of all necessary parts at no additional cost, and detailed documentation of all services. Contractor personnel must be factory-trained and experienced. The document also details federal records management obligations, ensuring proper handling, preservation, and disposal of all records created under the contract, emphasizing strict adherence to NARA regulations and VA policies to prevent unauthorized disclosure or destruction of information.
    This document, VA Notice of Limitations on Subcontracting, outlines the certification and compliance requirements for contractors under 38 U.S.C. 8127(l)(2), particularly concerning subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It details specific limitations based on contract type: Services (50% to non-certified firms), General Construction (85%), and Special Trade Construction (75%). The certification acknowledges legal consequences for false statements, including criminal, civil, or administrative penalties. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially leading to remedial action. A formal certification must be submitted with the offer, as offers without it will be deemed ineligible for evaluation and award.
    The provided government file outlines a detailed table of contents for various sections, likely pertaining to a federal grant or state/local RFP. The document's structure indicates a comprehensive breakdown of requirements, guidelines, and procedures. Key sections include general provisions, specific instructions for different types of applications, evaluation criteria, and legal clauses. The file covers areas such as application submission, financial reporting, and compliance, emphasizing the need for thorough documentation and adherence to regulatory standards. The meticulous organization suggests a focus on clarity and accountability within government processes.
    Lifecycle
    Similar Opportunities
    J065--Preventative Maintenance for Steris Sterilization Systems
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    J065--RFI/SSN- Maintenance and services for government Steris Sterilization CAVHS
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide maintenance and services for Steris Sterilization units at the Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, Arkansas. The procurement requires contractors to supply all necessary labor, tools, materials, OEM-certified personnel, and equipment for installation, maintenance, calibration, inspections, and repairs, with a focus on ensuring compliance with safety standards and timely service response. This opportunity is critical for maintaining the operational efficiency of sterilization equipment essential for healthcare services, and the government anticipates a competitive, firm fixed-price contract with a one-year term and four option years. Interested parties must submit their responses, including company details and qualifications, by December 19, 2025, to Contracting Officer Anthony Marion at anthony.marion2@va.gov.
    J065--Sterile Storage Cabinets PM&R
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide a Preventative Maintenance (PM) program for sterile storage cabinets at the West Los Angeles VA Medical Center. The objective of this procurement is to ensure the reliability and efficiency of the equipment through scheduled annual maintenance, while also identifying potential issues before critical failures occur. This service is crucial for maintaining optimal conditions in clinical areas where temperature and humidity are concerns. The solicitation is expected to be released around November 21, 2025, with proposals due by December 11, 2025, at 5:00 P.M. MST. This opportunity is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, and all interested parties must be government-certified. For further inquiries, contact Jamie ElBedawi at jamie.elbedawi@va.gov.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    J066--VISN22 CRYOSTAT PREVENTIVE MAINTENANCE AND SERVICE BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for preventive maintenance and repair services for seventeen Epredia Cryostar NX50 instruments across multiple VA facilities within the VISN22 network, including locations in New Mexico, Long Beach, Phoenix, Loma Linda, San Diego, Tucson, and Great Los Angeles. The contractor will be responsible for providing comprehensive services, including preventive maintenance, corrective maintenance, software support, and 24/7 technical assistance, ensuring that all equipment operates according to manufacturer specifications using OEM parts. This contract, which spans a one-year base period with four option years, emphasizes the importance of maintaining critical laboratory equipment for the VA's healthcare systems. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 11, 2025, with questions due by December 4, 2025. The procurement will be evaluated based on the lowest priced quotation that meets all specified requirements.
    FY23 Medivator Service Contract 36C24223C0066 - Multi Site Requirement
    Buyer not available
    The Department of Veterans Affairs is seeking to award a service contract for preventative maintenance and coverage on Medivators Endoscope Reprocessor Units at multiple locations, including the Albany VAMC, Rochester VA Outpatient Clinic, and Buffalo VAMC. The contract, identified as 36C24223C0066, is specifically justified for other than full and open competition and is awarded to STERIS Corporation, which specializes in medical equipment maintenance and repair. The importance of this service lies in ensuring the operational efficiency and reliability of critical medical equipment used in patient care. Interested parties can reach out to Michael Estep at michael.estep2@va.gov or (518) 626-7218 for further details regarding this opportunity.
    J065--FOLLOW ON | PM STRYKER BEDS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    J065--Carl Zeiss Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a service contract for Optime Complete Preventative Maintenance Services at the Alaska VA Medical Center in Anchorage, AK. This procurement is a total small-business set-aside under NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and will result in a fixed-price contract with a base year and three one-year options. The services are critical for maintaining the operational efficiency of medical equipment, ensuring high-quality care for veterans. Interested contractors must be registered in the System for Award Management (SAM) database and are advised that the solicitation will be available on November 28, 2025, with a closing date of December 11, 2025; for further inquiries, they can contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922.
    R499--Sterile Compounding Compliance QA Program
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    6515--DERMATOLOGY STERILIZATION CONTAINER, Garner VA Medical Clinic
    Buyer not available
    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.