SOURCES SOUGHT
65 -- Drying Storage Cabinet
- Notice Date
- 5/12/2025 6:23:38 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0890
- Response Due
- 5/19/2025 10:00:00 AM
- Archive Date
- 06/18/2025
- Point of Contact
- Hestia Sim, Contract Specialist
- E-Mail Address
-
Hestia.Sim@va.gov
(Hestia.Sim@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) /� SOURCES SOUGHT NOTICE IS ISSUED� SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 325998 (size standard of 650 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a Drying Storage Cabinet. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. STATEMENT OF WORK INTRODUCTION: This shall be a Firm Fixed-Price Contract to provide Drying Storage Cabinet to the VA Greater Los Angeles (GLA) Healthcare System Sterile Processing Service (SPS). The installation and training for this new equipment are also required under this contract. The new Sterile Drying Storage Cabinets purchase is essential for daily operations to achieve compliancy for the sterile storage of Reusable Medical Devices (RMDs). VA GLA SPS requires that drying storage instrument cabinets store and protect Reusable Medical Devices (RMD) in an environmentally controlled unit. Due to existing non-compliant conditions involving temperature and humidity throughout the VA GLA, these Sterile Storage Cabinets, capable of electronic monitoring, will be utilized to comply with the storage requirements for sterile instruments. Drying Storage Cabinets will also alleviate the need for SPS to repeatedly reprocess RMD because of non-compliant environmental conditions. Shipping term is FOB Destination. All shipping cost must be included in the unit cost. SCOPE OF WORK: This Statement of Work (SOW) describes the requirement for the need of the Drying Storage Cabinets for the GLA Healthcare System Sterile Processing Service. The SOW shall include delivery, installation, and training. ESTIMATED PERIOD OF PERFORMANCE: Delivery and all related services including installation and training must be completed within six (6) weeks after receipt of order. PLACE OF PERFORMANCE: Department of Veterans Affairs VA Greater Los Angeles Healthcare System Sterile Processing Service (SPS) 11301 Wilshire Blvd, Los Angeles, CA 90073 DELIVERABLES: CLIN DESCRIPTION QTY UOM 0001 Steelco Instrument Drying & Storage Cabinet ID 300-1 or equivalent Drying Storage Cabinet 1 EA 0002 Seismic restraints (if applicable) 1 EA 0003 Equipment Installation and Training 1 JB NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Offeror quotations must demonstrate meeting the salient physical, and functional characteristics included in this solicitation, otherwise, they will be considered non-responsive and not considered for award. VAAR 852.212-71Gray Market and Counterfeit Items applies on this requirement. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM signed. The letter must either state specific product(s) quoted or that the quoter is an authorized distributor for all the manufacturer s products. This letter must be on the manufacturer s letterhead and contain the signature of an authorized official for the manufacturer.` PRODUCT DESCRIPTION: The Drying Storage Cabinets shall be an instrument drying cabinet that provides fast drying of instruments, equipment, and general items. Cabinet must have a HEPA 14 filtered airflow circulation ensures items storage in a controlled environment. Cabinets must be manufactured using hospital grade Mirror-polished stainless-steel chamber. The cabinets must provide UV-light disinfection of air flow circuit. The onboard control system provides easy operation utilizing a digital display for monitoring temperature, humidity, pressure, system status, and door lock alarms. An integrated HEPA filtration system is designed to exceed ISO 6 cleanliness standards. Salient Characteristics: All Equal to Drying Storage Cabinets must meet following requirement: Must be manufactured with mirror-polished stainless-steel chamber. Must have UV-C light and HEPA filter. It must be intense UV-C rays, which shall sterilize airborne viruses and bacteria on the HEPA filter. The cabinets must have HEPA Filtration designed to exceed ISO 6 Cleanliness. Must have a display system that allows users to monitor the temperature, humidity, pressure, system status, and have a door lock alarm. Must have 120V hospital grade plug-in-cord. Must have integrated control system; combined control systems for management and operation. Must be equipped with a tempered glass lockable swing door to allow users to easily view the contents without opening, ensuring quick identification and access while maintaining security and organization. Must be an air-curtain style cabinet to prevent unwanted air, contaminants, or pests from entering a space. Must have a minimum of eight (8) shelves. Must be equipped with appropriate seismic restraints to minimize movement during seismic events, thereby protecting the building structure and reducing potential hazards associated with earthquake. Cabinet must be a single door and must not exceed 27.95 W x 30.71 D x 74.8 H dimension sizes to accommodate spatial limitation at the installation site and ensure optimal functionality within the available footprint. DELIVERY: Delivery will be coordinated with VA GLA Warehouse Bldg. 297 on the delivery date and time with the selected contractor. Contractor shall deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Contractor shall package to prevent damage or deterioration during shipment, handling, and storage. All delayed delivery arrangements, within 90 days, shall be at no additional cost to the Government. Delivery Locations: VA Greater Los Angeles Healthcare System (VAGLAHCS) Building 297 Warehouse 11301 Wilshire Blvd., Los Angeles, CA 90073 (For tagging) INSTALLATION: This equipment requires installation and shall be delivered to each location and installed by the Contractor. The Contractor shall provide specifications, rough-in drawings, or construction cut sheets for review by architects/contractors/owners and for use by the necessary trades performing the installation of the equipment. Contractor shall provide all travel, tools, labor, and material necessary to complete assembly and installation of items detailed under this contract. Upon completion of installation, contractor must ensure to receive VA GLA SPS management s approval and clearance. A minimum of ten (10) working days notification to SPS management is required for scheduling installation upon award. An installation shall be completed within a week upon delivery. Any delays must be approved by SPS management in writing. Installation for equipment is based on standard work hours Monday through Friday: 8:00 a.m. to 5:00 p.m., excluding weekends and holidays. It is contractor s responsibility to come in during standard work hours to complete the installation. Installation Location: VA Greater Los Angeles Healthcare System Building 500, Room 0448 11301 Wilshire Blvd., Room 0448, Los Angeles, CA 90073 WARRANTY: All equipment shall be covered under standard one (1) year warranty from the first day of delivery at no additional cost to the Government. TRAINING: Training shall be provided to all Sterile Processing staffs by the technician who is either Original Equipment Manufacturer (OEM) certified or has been formally trained and approved by OEM after the cabinets have been installed, inspected, and tested at the final destination. Contractor shall contact SPS management once the installation is completed to train the staff. VENDOR FURNISHED ITEMS AND RESPONSIBILITIES: Contractor shall furnish all items as described in the Statement of Work. Contractor shall NOT use VA dumpsters for disposal of scrap/waste without prior VA approval. The cabinets shall be tagged and tracked in the BioMed/Logistics database upon delivery to VA GLA warehouse prior to installation. It shall be the contractor s responsibility to transport all deliverables, Drying Storage Cabinet and its accessories, from VA GLA warehouse to the designated installation location followed by the completion of property tagging and acceptance procedures. Deliverables shall not be used without clearance from the VA GLA SPS Management, to ensure the product is properly installed. Contractor shall track manufacturing schedule and notify VA Contracting Officer and VA GLA SPS Management with updates of estimated completion date in writing. Contractor shall provide written notification to the Contracting Officer and VA GLA SPS Management at least five (5) working days prior to shipping the deliverables to ensure proper coordination and receipt. Contractor is responsible to notify Contracting Officer and VA GLA SPS management in writing with any unforeseen delays or issues. Contractor shall provide a point of contact. INSPECTION AND ACCEPTANCE: VA GLA SPS management or his/her designee shall inspect the delivery and sign off all missing or damaged products in the form of a delivery manifest, the contractor provided. VA GLA SPS management shall notify the Contracting Officer with any missing and damaged products in writing. Disputes shall be resolved by the Contracting Officer. The GLA Warehouse shall ensure all delivery of merchandise is completed and received satisfactorily prior to acceptance and tagging. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts. In the event of an emergency, work performance may be stopped and rescheduled at no additional cost to the government. Contractor s personnel shall inform the Chief of Sterile Processing or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with the Chief of Sterile Processing or designee. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Hestia.Simva.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, May 19, 2025, by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4aa03b2bf22f410bbf65c0f28ee2652d/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System Sterile Processing Service 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07440023-F 20250514/250512230052 (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 |