J065--Preventative Maintenance Inspection (PMI) for Steris Sterilizing Equipment
ID: 36C26225Q0341Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting bids for Preventative Maintenance Inspection (PMI) services for Steris Sterilizing Equipment at the Greater Los Angeles Healthcare System. Contractors will be required to provide comprehensive services, including labor, materials, tools, and qualified personnel to perform maintenance tasks such as adjustment, calibration, cleaning, lubrication, testing, disassembly, and replacement of parts over multiple service years. This procurement is critical for ensuring the operational reliability of medical equipment essential for patient care, and it is exclusively open to Veteran-Owned Small Businesses (VOSBs) with a submission deadline of January 17, 2025. Interested parties should direct their proposals to Contract Specialist Steve Crayton at steven.crayton@va.gov, adhering to the guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Steve CraytonContract Specialist (Contractor)
    steven.crayton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids for Preventative Maintenance Inspection (PMI) services for Steris Sterilizing Equipment across various locations, specifically the Greater Los Angeles Healthcare System. This Request for Quotations (RFQ) is open exclusively to Veteran-Owned Small Businesses (VOSBs) and requires contractors to provide comprehensive services, including labor, materials, tools, and qualified personnel for equipment maintenance. Detailed specifications for maintenance tasks such as adjustment, calibration, cleaning, lubrication, testing, disassembly, and replacement of parts are outlined for multiple service years across designated facilities. The quotes submitted will be assessed based on price and past performance, with a decision favoring the most advantageous offer to the government. Proposals must be submitted electronically to the specified point of contact, Steve Crayton, by January 17, 2025. The document emphasizes compliance with Federal Acquisition Regulation (FAR) standards and outlines various contractual provisions necessary for participation, underscoring the VA's commitment to supporting veteran entrepreneurship while ensuring quality maintenance services.
    This document is an amendment to a previous combined solicitation for the procurement of Steris PMI equipment by the Department of Veterans Affairs (VA). The solicitation number is 36C26225Q0341, with a response deadline set for January 23, 2025. The contracting office is located in Gilbert, AZ, while the equipment will be utilized at the Greater Los Angeles VA Healthcare System. The specific equipment includes various steam units with assigned serial numbers, essential for the VA's operations. The contract has a base performance period from February 1, 2025, to January 31, 2026, with options to extend for four additional years. This requirement is targeted at Veteran-Owned Small Businesses (VOSBs), including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and is being competed among existing service providers. The document does not accept further questions post-notice, indicating a finalized process for bidders. Overall, it outlines the requirement for specialized equipment critical to the functioning of VA healthcare facilities and highlights the government's commitment to engaging veteran-owned enterprises in its procurement processes.
    The document provides guidelines for evaluating quotations in government procurement processes, specifically regarding commercial products and services. The Government will award a purchase order to the responsible quoter whose quotation is deemed most advantageous, considering price, past performance, and the technical proposal. The evaluation will employ a comparative approach, allowing for the selection of non-lowest price quotations that offer greater value. Key factors include: 1. **Past Performance:** This assesses the risk of a quoter’s ability to satisfy solicitation requirements based on previous experiences, customer feedback, and performance assessments. 2. **Price:** Evaluation will consist of summing all line-item prices, including any options, to determine the Total Evaluated Price. 3. **Technical Proposal:** This must outline the quoter’s qualifications and capability without including price details, showcasing the ability to meet solicitation tasks comprehensively. The document emphasizes the importance of meeting minimum requirements while giving the Government discretion to consider proposals that exceed these standards. Ultimately, it underscores a thorough and structured evaluation approach to ensure the best outcomes in government contracting.
    The Department of Veterans Affairs' Network Contracting Office (22) is issuing a Request for Proposals (RFP) for a Firm Fixed Price service contract to perform Preventative Maintenance Inspection (PMI) on Steris Sterilizing Equipment at the VA Medical Center in Los Angeles, CA. This procurement follows FAR Part 13 for Simplified Acquisition Procedures, and it is exclusively open to Veteran Owned Small Businesses (VOSB) registered on SAM.gov and the SBA's VetCert. Proposals must be submitted via email to the designated point of contact by January 17, 2025, and will be evaluated based on best value using a Comparative Evaluation method. Offerors are required to submit three distinct volumes: Business Proposal, Past Performance, and Technical Proposal. Each volume has specific evaluation criteria and documentation requirements to ensure compliance. Offerors must validate their registrations and certifications in SAM, provide relevant past performance references, and submit a detailed technical and corporate experience plan while meeting all submission deadlines. Communication with VA Medical Center personnel is prohibited during the RFP process, and questions about the solicitation must be directed to the designated contact prior to the specified deadline.
    This Statement of Work (SOW) outlines the requirements for the Preventative Maintenance Inspection (PMI) and servicing of Steris sterilizing equipment for the VA Greater Los Angeles Healthcare System. Key points include ensuring compliance with health and safety standards from multiple regulatory bodies, conducting PMIs at designated sites, and ensuring equipment remains operable. Services include necessary software updates, the replacement of defective parts at no cost to the Government, and comprehensive reporting on maintenance performed, including safety checks and documentation of services. Contractor personnel must maintain records of services and adhere to strict reporting requirements to ensure compliance. The contractor is responsible for providing new or like-new parts, ensuring optimal working conditions, and is subject to background checks for personnel accessing VA systems. The agreement also states that equipment may not be inoperable for over 24 hours without penalties. Overall, the SOW emphasizes the contractor's obligation to maintain equipment effectively while adhering to prescribed regulations and standards, ensuring minimal disruption to patient care. This SOW reflects the government's commitment to ensuring reliable medical equipment in healthcare facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance and repair of 60 Sterile Processing Service (SPS) case carts, with a total contract value of approximately $34 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the operational functionality of essential medical equipment used in healthcare settings. The contract will span multiple years from May 2025 to September 2029, with offers due by March 14, 2025. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919 for further details.
    W065--Mobile Central Sterile Services (689)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole source contract with STERIS Corporation for the leasing of a Mobile Central Sterile Processing Service (SPS) trailer at the VA Connecticut Healthcare System in West Haven. This procurement aims to ensure the continuation of critical sterilization services during ongoing renovations and equipment failures, as the existing STERIS mobile unit has been operational since 2020 and is deemed the only viable option for meeting the VA's specific requirements. The contract is projected to span one base year with four option years, totaling an estimated value of over $7.5 million, emphasizing the urgency and necessity of maintaining effective healthcare services. Interested parties may submit evidence of competitive viability to Contract Specialist Divianna Mathurin via email by 10:00 AM EST on March 10, 2025.
    6515--NX EQ Sterilizing Units: Steam (VA-25-00043019)
    Buyer not available
    The Department of Veterans Affairs is seeking potential suppliers for Steam Sterilization Units under Solicitation Number 36C10G25Q0057. This Sources Sought Notice aims to identify qualified sources capable of providing sterilization units designed to eliminate viable microbes from non-heat-sensitive medical devices, with a contract period that includes one base year and up to four additional option years. The procurement will focus on Brand Name or Equal products from the manufacturer Steris, and interested vendors must be registered with the System for Award Management (SAM) and certified under NAICS code 339113 for Surgical and Medical Instrument Manufacturing. Responses are due by March 10, 2025, and inquiries can be directed to Contract Specialist Lisa Thompson at lisa.thompson10@va.gov or by phone at 720-793-5907.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for full maintenance and repair services for hospital beds and stretchers at the VA New Jersey Healthcare System, with a contract duration from March 15, 2025, to March 14, 2026, and the option for four additional one-year extensions. Contractors are required to provide qualified Field Service Engineers who can ensure operational readiness through maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, with a focus on compliance with updated technician certification requirements. This contract is crucial for maintaining high standards of patient care by ensuring the reliability of essential medical equipment. Proposals must be submitted by March 10, 2025, to the Contract Specialist, Tiffany W. Vazquez-Simon, at Tiffany.Vazquez-Simon@va.gov, with a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to encourage participation from small enterprises.
    J065--GE PCS MACVU360 Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a service contract focused on preventative maintenance for the GE PCS MACVU360 at the Fayetteville VA Medical Center. The contract aims to ensure timely service responses, emergency repairs, and minimal equipment downtime, with an initial period running from March 15, 2025, to March 14, 2026, and options for extension. This maintenance service is crucial for maintaining the operational integrity of medical equipment used in the care of veterans, adhering to federal regulations regarding data security and privacy. Interested contractors must register in the System for Award Management (SAM) and comply with all relevant laws, with inquiries directed to Contract Specialist Jonathan C. Lamb at Jonathan.Lamb@va.gov.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The contract, valued at approximately $34 million, is a firm-fixed-price agreement that spans five years, from May 1, 2025, to April 30, 2030, and includes provisions for annual renewals. This service is critical for ensuring the reliability of medical equipment, which is essential for patient care, and requires contractors to provide comprehensive maintenance, including preventative services, 24/7 support, and emergency repairs, all in compliance with VA standards. Interested vendors must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of 60 units of sterile processing service (SPS) case carts, aimed at enhancing preventative and corrective maintenance within its facilities. The Request for Proposal (RFP) emphasizes the importance of compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and mandates adherence to information security protocols and financial transparency. These case carts are critical for maintaining operational standards in healthcare settings, ensuring the effective processing of medical equipment. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919, with proposals due by the specified deadlines, as the contract period spans from May 1, 2025, to September 30, 2029, with options for extension.
    Preventive Maintenance - Steelco medium sized steam sterilizer autoclave and Sussman SSB-72 72kW electric Instruments
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventive maintenance services for a Steelco medium-sized steam sterilizer autoclave and a Sussman SSB-72 72kW electric instrument. The contractor will be responsible for providing qualified labor, materials, and equipment for regular maintenance, repairs, and emergency services over a potential five-year period, ensuring compliance with safety standards and operational readiness in a critical medical research environment. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and has a maximum award amount of $12.5 million, with proposals due by the specified deadline. Interested parties can contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
    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--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.