SOLICITATION NOTICE
65 -- 442 Medical Instrument Dryer (VA-25-00080123)
- Notice Date
- 6/27/2025 10:02:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0585
- Response Due
- 7/17/2025 11:00:00 AM
- Archive Date
- 09/15/2025
- Point of Contact
- Barron Long, Contracting Officer, Phone: 303-712-5741
- E-Mail Address
-
barron.long@va.gov
(barron.long@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 1 of 6 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 9 Combined Synopsis/Solicitation for Medical Instrument Drying Cabinet This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0585 is issued as a request for quotes (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This acquisition is issued as Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 339112 Medical and Surgical Instruments, Equipment, and Supplies with a small business size of 1000 Employees. The Product Code is 6515 Medical and Surgical Instruments, Equipment, and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center. The Contractor shall submit prices for: (QTY 1) Medical Device Dryer (QTY 1) Install (QTY 2) 2-year warranty (QTY 1) HEPA Filter System (QTY 15) half width stainless steel shelves (QTY 2) Drip trays (QTY 1) Tube drying rack (QTY 1) Installation prep (QTY 1) Lumen drying system for 10 or more robotic surgical instruments at one time (QTY 1) User interface, pump housing and scope holder assembly (or equal). The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: Cheyenne VA Medical Center 2360 E. Pershing Blvd Cheyenne, WY. 82001 Brand Name or Equivalent: Line Item Description Unit Qty Unit Price Ext Amount 0001 Medical Device Dryer Each 1 0002 Install Each 1 0003 2-year warranty Each 1 0004 HEPA Filter System Each 1 0005 Half width stainless steel shelves Each 15 0006 Drip trays Each 2 0007 Tube drying rack Each 1 0008 Installation prep Each 1 0009 Lumen drying system for 10 or more robotic surgical instruments at one time Each 1 0010 User interface, pump housing and scope holder assembly Each 1 Total Price: $_______________ Combined Synopsis/Solicitation Notice Page 9 of 9 Page 1 of Salient Characteristics: Characteristics of Instrument Drying Cabinet Shall be compliant with AAMI ST91, AAMI ST79 and AORN guidelines for cleaning and care of surgical instruments. Shall offer extra-large capacity with at least 15 half width stainless steel shelves. Shall offer flexible scope drying options for up to 49 tubes. Shall include lumen drying system to dry 10 or more robotic surgical instruments at one time. Shall include pump housing and scope holder assembly Shall offer HEPA filter that is changeable that filters more than 99% of particles =/> 0.3 microns. Shall offer fully customizable shelfs placement. Shall offer removable drip trays. Shall offer touchscreen activated controls for user to monitor and change temperature and monitor cycle status. Shall offer exterior dimensions ~ 47.5 w x 35.5 d x 85 h Shall offer an interior volume of ~40.4ft Shall offer tempered glass window in doors Shall offer chamber and base made of Stainless steel. Shall offer a powder coat and stainless-steel finish. Shall offer electrical requirements: dedicated 120V, 30A circuity with locking receptacle NEMA L5-30R, heater wattage 2.5kW, 60Hz frequency, 11 10/3 SOOW Cord and 30A plug NEMA L5-30P, and operating current/power of 25A. Shall offer a min. of 2-year warranty that covers a min. of parts and labor. Shall include shipping. Shall not be set up for pass through. Shall offer horizontal airflow drying pattern. Shall offer vertical internal chamber. Shall offer shelves that support up to 40lbs. each Shall offer user education FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.219-6 Notice of Total Small Business Set-Aside 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020). FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.225-2 Buy American Certificate This is not a Defense Priorities and Allocations System (DPAS) rated requirement. Offers are due July 17th, 2025, by 12:00 p.m., Local Mountain Time. All questions/inquiries must be submitted to the Contracting Officer via electronic email no later than June 10th, 2025, by 12:00 p.m., Local Mountain Time. Submit offers or questions to the attention of the Contracting Officers, Barron Long via email at: barron.long@va.gov and Danielle Kramer at danielle.kramer@va.gov. Inquiries submitted via telephone will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/65f118cc0ba443e7886969c18f79211a/view)
- Place of Performance
- Address: Department of Veterans Affairs Cheyenne VA Medical Center 2360 E. Pershing Blvd, Cheyenne, WY 82001, USA
- Zip Code: 82001
- Country: USA
- Zip Code: 82001
- Record
- SN07492320-F 20250629/250627230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |