Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2026 SAM #8880
SOLICITATION NOTICE

65 -- RFQ: Ultrasonic Cleaners for the New York Harbor, Manhattan Campus.

Notice Date
3/18/2026 4:58:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226Q0377
 
Response Due
3/26/2026 1:00:00 PM
 
Archive Date
03/31/2026
 
Point of Contact
Rondon, Jonatan, Contracting Officer, Phone: 212-686-7500 ex. 16490
 
E-Mail Address
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01, effective date 03/13/2026. This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. The FSC/PSC is 6505. The Margaret Cochran Corbin VA Medical Center (New York Harbor, Manhattan Campus) is seeking to purchase four (4) single-chamber Ultrasonic Cleaners. All interested companies shall provide quotations for the following: # Equipment # Description Quantity 1 IWPCF InnoWave PCF Sonic Irrigator Thermal Disinfection & Robotic Program 4 2 SE130152 Install InnoWave PCF STERIS installation includes all necessary labor (non-union) and materials required to uncrate, set-in-place and assemble STERIS equipment. STERIS also includes with its Installation Services and operational check-out test, any necessary adjustments and a demonstration of the equipment for appropriate facility personnel. 4 3 SE1301521 Deinstall InnoWave PCF (deinstallation of Caviwave US Cleaners) STERIS will make all necessary utility disconnections (not applicable for Canada), remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. 2 4 SE6025100071 Disposal of Washer (Caviwave US Cleaners) STERIS personnel will determine the most efficient method of disposal including but not inclusive of pick up by STERIS carrier or removal by local scrapping entity. 2 5 MED8557 Detergent Level Sen Assy 4 6 MED3088 ELBOW 6MM X 1/8"" FLOW 4 7 IW1038 IW PCF Xi Multi Bskt Hose Set for 4 Standard 2 Stplr 4 8 Shipping & Handling Included STATEMENT OF WORK Ultrasonic Cleaners for Sterile Processing Service (SPS) Manhattan Introduction/Background Ultrasonic cleaners are designed to thoroughly clean (remove tissue, blood, and other contaminants from) a variety of reusable surgical instruments. There are currently two (2) double-chamber ultrasonic cleaners at the Manhattan Campus SPS, Steris Caviwave disinfectors, that are close to end-of-life. In a recent review of work orders, one of them is only operational 63% of the time. It frequently breaks down, needing repair. In addition, both units are obsolete; Steris discontinued making these machines and they are no longer manufacturing parts for them so obtaining parts to repair them will become more challenging as time goes on. This request is to replace those two (2), double-chamber, obsolete ultrasonic cleaners with four (4), single-chamber ultrasonic cleaners with the capability to clean Da Vinci robotic instruments. Requirements The purpose of this procurement is to purchase four (4) single-chamber ultrasonic cleaners that have the capability to clean robotic instruments. The purchase includes Station of the existing units, installation of the new units, disposal of the existing units after deinstallation, and accessories as noted below. InnoWave PCF Sonic Irrigator Thermal Disinfection & Robotic Program The InnoWave PCF Sonic Irrigator is a freestanding ultrasonic washer in a compact stainless-steel cabinet and is designed to thoroughly clean (removes tissue, blood, and other contaminants from) a variety of reusable surgical instruments. This ultrasonic cleaner provides Sonic Irrigation (ultrasonic cavitation) to both the interior and exterior of lumened instruments. The system also uses Power Flush when instruments are connected to remove debris from the inside channels. It contains all needed components to effectively clean lumens utilizing ultrasonic cavitation (in a detergent-balanced wash solution) and reusable surgical instruments prior to sterilization. It is equipped with intermediate-level thermal disinfection to ensure instruments are safe for the staff to handle at the end of the cycle (meeting ANSI/AAMI industry standard 15883-2:2013 4.3). This ultrasonic washer is designed to increase workflow and reprocess more within a smaller footprint. To maximize productivity, the InnoWave PCF Sonic Irrigator can ultrasonically clean up to 20 lumened instruments or 44 pounds of instruments in each cycle. This ultrasonic washer has/is: A proven, systematic cleaning process: it removes exterior soils from crevices and irregular surfaces with targeted sonic activity, pushes a sonically charged jet of fluid, which dislodges and flushes soils from intricate internal channels, uses a deluge wash to prevent blood and other soils from redepositing, and has six integrated spray nozzles to help reduce the risk of redepositing blood or other soils. Touch screen control allows users to view cycle progress to plan workflow more effectively and efficiently. Automatic frequency adjustments provide optimal cleaning by compensating for load variations. Automated locking lid prevents cycles from running when the unit is not completely closed. Automated dosing and delivery of chemistry in the 18-gallon tank. Meets all robotic instrument IFU requirements with the automated wash, flush, and rinse cycles. It is compatible with the Da Vinci Xi and Da Vinci 5 robots that the Surgical Service at the Manhattan Campus uses for surgical/OR procedures. Baskets click into the tank for a secured connection to irrigation ports for maximum irrigation pressure. Each unit includes a standard instrument basket. Compatible with most common surgical instrument trays used in hospitals. Data capture/export capabilities (e.g., integrated record keeping and easy export via the standard USB port captures key cycle parameters, reducing audit-related stress for SPS). Equipment Dimensions: The units must be of this size as all four units must fit into the existing space for the ultrasonic washers within SPS. Lid Closed: 877 mm x 1083 mm x 706 mm (34.5"" x 42.6"" x 27.8"") Lid Open: 877 mm x 1493 mm x 706 mm (34.5"" x 58.8"" x 27.8"") Service Access Clearance: Minimum 150 mm (6"") sides; 279 mm (11"") rear Basket Dimensions: up to 668 mm x 338 mm x 126 mm (26.3"" x 13.3"" x 5.0"") Ultrasonic Performance: >48 Watts/US gal Ultrasonic Frequency: 38 kHz to 40 kHz (dependent on load) Ultrasonic Bath Size: Large enough to submerge devices with at least 25 mm (1"") clearance around all ultrasonic edges. 208V/3Ph/60Hz 20 Lumen Connections Weight per Load: 44 lbs. Provides assurance and safety through Thermal Disinfection Installation of InnoWave PCF units, including all necessary labor and materials required to uncrate, set-in-place and assemble STERIS equipment. Pricing includes evening/weekend installation labor. Includes an operational check-out test, any necessary adjustments, and a demonstration of the equipment for appropriate facility personnel. Steris will provide inservicing/training for facility personnel. Deinstall existing ultrasonic cleaners, two Steris Caviwave Pro US Disinfectors (s/n 0217TC0004 and 0217TC0005). STERIS will make all necessary utility disconnections, remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. Customer is responsible for decontamination and release of the equipment as nonhazardous. Equipment disposition from the staging point will be dependent upon Customer selection of disposal option. If the removed equipment is to become STERIS property, it will be held on-site at the designated location for pickup by STERIS representative within a reasonable time, not to exceed five (5) working days. Pricing includes evening/weekend installation labor. Disposal of Washers Steris will determine the most efficient method of disposal including but not inclusive of pick up by STERIS carrier or removal by local scrapping entity. Pricing includes evening/weekend installation labor. Detergent Level Sen Assy ELBOW 6MM X 1/8"" FLOW IW PCF Xi Multi Bskt Hose Set for 4 Standard 2 Stplr - InnoWave Basket and Instrument Tubing Shipping and handling are included. The items requested must have the characteristics described herein. An exact match to the items above is requested. The purchase order/contract period of performance is to be delivered by April 27th, 2026. Place of Performance / Delivery VA NYHHS New York Campus Sterile Processing Service 423 E. 23rd Street New York, NY 10010 VA Service Point of Contacts Blesila Watts Blesila.Watts@va.gov 212-686-7500 x17778 Wendy Bobadilla Wendy.Bobadilla@va.gov 212-686-7500 x17662 Melanie Wagner Melanie.Wagner@va.gov 212-686-7500 x13479 The full text of FAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) https://www.acquisition.gov/far-overhaul (FAR OVERHAUL) The following solicitation provisions and clause apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION AUG 2025) 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. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: (a)� Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1)� The solicitation number; (2)� The name, address, telephone number of the Offeror; (3)� The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4)� Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5)� Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6)� A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)� Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c)� Late submissions, modifications, revisions, and withdrawals of offers. (1)� Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2)� Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3)� If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4)� Offerors may withdraw their offers by written notice to the Government received at any time before award. (d)� Blanket Purchase Agreement (BPA) award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a BPA without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e)� Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2)� The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3)� The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4)� A summary of the rationale for award. (5)� For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6)� Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. *The Government will not consider offers for award from offerors that do not provide the Buy American certification with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Certificate must be filled out, signed, and submitted with proposal. *The Government will not consider offers for award from offerors that do not provide the Limitations of Subcontracting document with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Document must be filled out, signed, and submitted with proposal. All quoters shall submit the following: One (1) quote in PDF format. One (1) Buy America Certificate filled out and signed in PDF format. One (1) Limitations on Subcontracting document filled out and signed in PDF format. All quotes shall be sent to the Contracting Officer at Jonatan.rondon@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION AUG 2025) (a) The following factors shall be used to evaluate quotations: (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. (b) 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 or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (3) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (c) Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. (End of Provision) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-13 System for Award Management Maintenance (DEVIATION) (NOV 2025) FAR 52.219-33 Nonmanufacturer Rule (SEP 2021) FAR 52.225-2 Buy American Certificate (OCT 2022) FAR 52.225-5 Trade Agreements (NOV 2023) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023). VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a)Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a Blanket Purchase Agreement (BPA) (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant BPA, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a BPA for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a BPA for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated BPA value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a Blanket Purchase Agreement (BPA) pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a BPA it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the BPA or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a BPA if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the Blanket Purchase Agreement (BPA), [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant BPA. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:______________________________________ (End of clause) FAR 52.225-2 Buy America Certificate (OCT 2022) As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: Line Item No. Country of Origin Exceeds 55% domestic content (yes/no) (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) Submission of your response shall be received not later than March 26th, 2026, at 1600 EST at email: Jonatan.rondon@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jonatan Rondon Contracting Officer Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 212-686-7500 ex. 16490 Jonatan.rondon@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/15b9d9a62c8c4789ae53be4481797ca2/view)
 
Place of Performance
Address: VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street, New York 10010
Zip Code: 10010
 
Record
SN07749730-F 20260320/260318230046 (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!  © 1994-2026, Loren Data Corp.