Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOLICITATION NOTICE

65 -- NX EQ Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)

Notice Date
4/1/2025 8:05:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G25R0015
 
Response Due
5/1/2025 2:00:00 PM
 
Archive Date
07/30/2025
 
Point of Contact
Michael Andrews, Contract Specialist, Phone: 678-428-5319
 
E-Mail Address
michael.andrews6@va.gov
(michael.andrews6@va.gov)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Solicitation Number: 36C10G25R0015 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for brand name or equal commercial items prepared in accordance with 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; offers are being requested and a written solicitation will not be issued. Solicitation number 36C10G25R0015 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03, dated January 17, 2025. Requirement Description: VA has a requirement to purchase ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL to deliver patient care at its VA Medical Centers around the country. Endoscope drying cabinets are specifically designed to remove moisture from endoscopes following high-level disinfection (HLD) and provide a controlled environment to store endoscopes. The cabinets promote efficient drying of internal lumens and external surfaces while providing protected storage. The cabinet utilizes a continuous flow of instrument grade air that represents a higher filtration standard to ensure optimal air quality within the cabinet environment. Effective endoscope drying is essential to the prevention of bacterial transmission and hospital-acquired infections. These cabinets are typically manufactured using materials (e.g., stainless steel, polypropylene, acrylic) that permit ease of cleaning. Horizontal Endoscope Drying and Storage Cabinets - Horizontal use mesh baskets or cassettes to store and secure endoscopes from swinging and striking other surfaces that could lead to damage and contamination. They are available in single door or pass through versions. Endoscope Drying and Storage Cabinets - Horizontal allow for user and endoscope tracking and data export to help prevent endoscope handling by unauthorized personnel, to track compliance with endoscope management policies, to facilitate contact tracing in cases of possible cross-contamination, and to prevent theft. A single award Requirements contract will be awarded IAW FAR 52.211-6 Brand Name or Equal in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Offers shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 750 employees. This procurement action is issued as Full and Open. This acquisition is for a single award Requirements contract in accordance with FAR Part 16.5 for Steris ® brand name or equal ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL. All interested companies shall provide a offer for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL and paragraph 2 below. The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda (ATTACHMENT D) to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda (ATTACHMENT D) also applies to this acquisition. The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached (ATTACHMENT C ). Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached (ATTACHMENT C). All interested offerors must be registered in the System for Award Management (SAM) prior to submitting a offer. You may access SAM at https://sam.gov/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 5:00 PM ET on April 8, 2025, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov. No calls will be accepted. Offers are due via email by 5:00 PM ET on May 1, 2025, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov. 1. SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL product line as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished via the awarding of a VA-wide (otherwise referred to as national ) single award Requirements contract. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal (BNOE) which requires the Offeror to indicate that each product is being offered as an equal product to the Steris® ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL. For each equal product, the Offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The Offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the Offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. Contract Line Item# Brand Part Number Description 0001 Steris DRY1001 ENDODRY ADV CABINET SS OL 0002 Steris DRY1002 ENDODRY ADV CABINET SS OR 0003 Steris DRY1003 ENDODRY DSD CABINET SS OL 0004 Steris DRY1004 ENDODRY DSD CABINET SS OR 0005 Steris DRY2001 ENDODRY ADV CAB PT OLUL 0006 Steris DRY2002 ENDODRY ADV CAB PT ORUL 0007 Steris DRY2003 ENDODRY ADV CAB PT OLUR 0008 Steris DRY2004 ENDODRY ADV CAB PT ORUR 0009 Steris 28001 MODEL 2-8-001 HU ZERO CHANNEL NO LT 0010 Steris 28010 MODEL 2-8-010 ASSY, HOOK-UP, OLYMPUS 0011 Steris 28030 MODEL 2-8-030 ASSY, HOOKUP, PENTAX-0K 0012 Steris 28030HAN MODEL 2-8-030HAN ASSY, HOOKUP, PENTAX-OK 0013 Steris 28040 MODEL 2-8-040 ASSY, HKUP STORZ 0K 0014 Steris 28040HAN MODEL 2-8-040HAN ASSY, HKUP STORZ 0K 0015 Steris 28112 MODEL 2-8-112 ASSY, HOOKUP OLMPUS 1K 0016 Steris 28112HAN MODEL 2-8-112HAN ASSY, HOOK-UP OLYMPUS 1K 0017 Steris 28210 MODEL 2-8-210 ASSY, HOOK-UP OLYMPUS 2K 0018 Steris 28218 MODEL 2-8-218 ASSY HOOKUP OLY 2K 0019 Steris 28245HAN MODEL 2-8-245HAN ASSY, HOOKUP, STORZ-2K 0020 Steris 28335HAN MODEL 2-8-335HAN ASSY, HOOKUP, OLYMPUS 0021 Steris 28437HAN MODEL 2-8-437HAN ASSY, HOOK-UP, PENTAX 0022 Steris 28537HAN MODEL 2-8-537HAN ASSY HKUP, PTX90 4K+JET 0023 Steris 28617HAN MODEL 2-8-617HAN ASSY, HKUP, OLY 2 BIOPSY 0024 Steris 28619 MODEL 2-8-619 ASSY HU 140 W/MH-974 0025 Steris 28711 MODEL 2-8-711 ASSY, HOOKUP, OLYMPUS 5K 0026 Steris 28711HAN MODEL 2-8-711HAN ASSY, HOOKUP, OLYMPUS-5K 0027 Steris 28718HAN MODEL 2-8-718HAN ASSY, HOOK-UP, OLY 160/180 0028 Steris 28753 MODEL 2-8-753 ASSEMBLY, HOOKUP, OLY-4K 0029 Steris 28811 MODEL 2-8-811 ASSY HKUP OLY-ECHO+LIFT 0030 Steris 28901 MODEL 2-8-901 KIT TEE/TOE/RUS HU ADV+ 0031 Steris 58010 MODEL 5-8-010 ASSY, HOOKUP DBL LT 0032 Steris 58030HAN MODEL 5-8-030HAN ASSY, HOOKUP 0033 Steris 58040HAN MODEL 5-8-040HAN ASSY HOOKUP STORZ OK DBL 0034 Steris 58050HAN MODEL 5-8-050HAN ASSY, HOOKUP, DILATOR 0035 Steris 58112 MODEL 5-8-112 ASSY, HOOKUP 2-SCOPE 1-K 0036 Steris CAS1000 MODEL CAS-1000 ASSY, CASSETTE, TRANSPORT 0037 Steris CLM110HU0108 MODEL CLM-110-HU0108 HOOKUP, ADPTR AIR/WTR 0038 Steris DSD110HU0028 MODEL DSD-110-HU0028 HOOKUP, PENTAX BRONCHO 0039 Steris DSD110HU0060 MODEL DSD-110-HU0060 HOOKUP, BRONC HOOKUP ASSY 0040 Steris DSD110HU0101 MODEL DSD-110-HU0101 HOOKUP, OLY CYF ENF HYF 0041 Steris DSD110HU0102 MODEL DSD-110-HU0102 HOOKUP, OAI LEAK TESTER 0042 Steris DSD110HU0104 MODEL DSD-110-HU0104 HOOKUP, PENTAX LEAK TEST 0043 Steris DSD110HU0106 MODEL DSD-110-HU0106 DSD, LEAK TEST STORZ, SM 0044 Steris DSD110HU0109 MODEL DSD-110-HU0109 HOOKUP, PNTX UNV VID SCOP 0045 Steris DSD110HU0110 MODEL DSD-110-HU0110 HOOKUP, OLYMPUS LF RANGE 0046 Steris DSD110HU0112 MODEL DSD-110-HU0112 HOOKUP, OAI AUX WTR 0047 Steris DSD110HU0143 MODEL DSD-110-HU0143 HOOK-UP, PENTAX 0048 Steris DSD110HU0144 MODEL DSD-110-HU0144 HOOK-UP, PENTAX 0049 Steris DSD110HU0156 MODEL DSD-110-HU0156 HOOKUP, OLYMPUS ULTRASOUND 0050 Steris DSD110HU0162 MODEL DSD-110-HU0162 HOOKUP DSD TO OAI LK-V 0051 Steris DSD110HU0169 MODEL DSD-110-HU0169 HKUP, OLY GI 140 DUAL 0052 Steris DSD110HU0171 MODEL DSD-110-HU0171 HOOKUP OLY PED BRONCH 0053 Steris DSD110HU0188 MODEL DSD-110-HU0188 HOOKUP,190 SERIES W LUER 0054 Steris DSD110HU0189 MODEL DSD-110-HU0189 HOOKUP,190 SERIES WO AWC 0055 Steris DSD110HU0190 MODEL DSD-110-HU0190 HOOKUP,190 SERIES W AWC The Department of Veterans Affairs (VA) is seeking vendors who can provide Steris® Endodry Endoscope Drying and Storage Cabinets - Horizontal or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. CLIN s 0001- 0008 apply to the following SC s SC#� SALIENT CHARACTERISTICS� METHOD OF EVALUATION� APPLICABLE CLINS LOCATION IN TECHNICAL LITERATURE WHERE SC IS MET SC 1 The Endoscope Drying and Storage Cabinet shall be a freestanding cabinet equipped with horizontal storage to promote efficient drying of internal lumens and external surfaces. Literature Review 0001 - 0008 � SC 2 The Endoscope Drying and Storage Cabinet shall provide a continuous flow of instrument-grade compressed air within the cabinet and chamber fans to re-circulate the air. Literature Review 0001 - 0008 � SC 3 The Endoscope Drying and Storage Cabinet shall provide circulation of instrument-grade compressed air through all channels/internal lumens of the flexible endoscopes. Literature Review 0001 - 0008 � SC 4 The Endoscope Drying and Storage Cabinet shall be equipped with an information system/control software, color touch screen display, and barcode scanner. Literature Review 0001 - 0008 SC 5 The Endoscope Drying and Storage Cabinet shall meet or exceed all current recommendations and guidelines from AAMI (ST91;2021), AORN (2018) and SGNA. Literature Review 0001 - 0008 SC 6 Minimum one-year warranty for all CLIN items. 0001 - 0008 Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Offeror must describe which original CLINs the alternate product solution or configuration replace. Products offered in the technical volume must be captured on the Vendor s pricing volume (ATTACHMENT A - Price Cost Schedule) of the solicitation. Vendors may offer any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. 3. INSTALLATION The ordering facility and the vendor/manufacturer will schedule any offered installation, deinstallation, and disposal. When there is a need to procure these CLINs, the ordering facility will communicate with the vendor on the schedule and delivery times upon receipt of goods based on facility needs. In some instances when installation is not required, the contractor should note if there are instructions for use. 4. TRAINING The ordering facility and the vendor/manufacturer will schedule any offered training as established by CLIN. If available, training mode of delivery and training schedule will be purchased based on facility needs. 5. MAINTENANCE, REPAIRS AND REPLACEMENT Instructions and procedures will be provided by the vendor specific to the warranty, maintenance, repairs, and replacement of product and services. At minimum, vendor will propose manufacturer warranty period that may include response time, parts, associated maintenance services and consumables. 6.� � PRODUCT REFRESH� � Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, a superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, IDIQ price (inclusive of Service Level Agreement (SLA) fee), etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements. The contractor shall provide the COR and CO the following information for product refresh: (1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule (to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA fee)). (2) Product literature for the item(s) refreshed. (3) A detailed description of the differences or benefits of refreshed as compared to the item(s) being discontinued or added. (4) Proper identification of any product requirements and/or procedures related to those product(s) proposed to be refreshed or upgraded. (5) FDA approval, if applicable (6) Provide historical sales to VA by item(s), if applicable (7) Copy of Commercial Warranty. The request shall be submitted to the COR, copy to the Contract Specialist and Contract Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution. 7. PRODUCT REMOVAL OR RECALL For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately: Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106 The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this Combined Synopsis/Solicitation Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33d6189a2cfe4e4c9f5a31ccdbd9aba8/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN07393898-F 20250403/250401230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.