SOLICITATION NOTICE
65 -- New Requirement - SPS Sterilizers EXPEDITED RESPONSE REQUESTED! Authorized Steris Distributors
- Notice Date
- 9/9/2025 10:51:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0798
- Response Due
- 9/12/2025 3:00:00 PM
- Archive Date
- 11/11/2025
- Point of Contact
- Shanta Harrison, Contract Specialist, Phone: (303) 712-5719
- E-Mail Address
-
Shanta.Harrison@va.gov
(Shanta.Harrison@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 22 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation 36C25925Q0798 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FY25.10A 07/232025, FAC 2025-04 06/11/2025. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 339113 - Surgical Appliance and Supplies Manufacturing, with a small business size standard of 800 Employees. This solicitation is 100% set-aside for SMALL BUSINESS (SBs). Objective: The Oklahoma City VA Health Care System (OKC VAHCS) requires 10 (ten) Steris Sterilizers to meet the need of the Sterile Processing Service (SPS) at the Oklahoma City medical facility. This procurement will result in a new, firm-fixed price contract. The delivery period for this requirement is 60 Days ARO. Statement of Work Background The Oklahoma City VA Health Care System (OKC VAHCS) must purchase Sterilizers which can be utilized to sterilize up to 15 25lb instrument trays. Project Scope The OKC VAHCS must purchase 10 (ten) sterilizers which will help meet the need of the Sterile Processing Service at the Oklahoma City medical facility. Specifications The Oklahoma City VAHCS specifications are designed to outline all the Oklahoma City VAHCS Nursing/Sterile Processing Service requirements. These requirements will be provided to the Contracting Officer Representative (COR) before final approval. The sterilizers requirements are provided below: Steris Sterilizers according to these specifications: Feature a high-capacity chamber that has been validated to sterilize. AMSCO® 400 Small Steam Sterilizers 20"" x 20"" x 38"" Prevacuum Single Door External Supplied Steam (Facility Steam/Stand-Alone Generator) Standard configuration with a Venturi - single phase power only Recessed LH AMSCO 7053HP Washer/Disinfector 200-208V 3 Ph 60 Hz Steam Heated 15 DIN/10 US tray capacity ISO/AAMI 15883 compliant AMSCO Rack Return includes 2 interlocked doors with hands-free sensors and command button Since specialty service involves preparation, deinstallation, relocation, reinstallation, and startup of 10 (ten) units and removal of current units that may require disposal or long term storage. Biomedical Engineering Training Requirements: No training shall be required other than demonstration that comes with installation. 1st Year Deep-Vacuum Pump Service V-PRO maX (2 PM)- 2 years Delivery Location: Oklahoma City VAHCS SPS/Nursing Service 921 N.E. 13th Street Oklahoma City, OK 73104 The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (NOV 2024); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (NOV 2021), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach: The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government: Factor 1: Past Performance Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), as well as Past Performance Questionnaires may be utilized. Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for realism and reasonableness. The Comparative Analysis method will be used to evaluate offers. Offers will be evaluated to determine which offer provides the overall best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) shall be submitted with the offer. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Services (NOV 2023), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); FAR 52.223-6 RESERVED FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997); CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) (a)� Definition.� Small business concern, as used in this clause (1)� Means a concern, including its� affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this� solicitation. (2)� Affiliates, as used in paragraph (a)(1) of this clause, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. (b)� Applicability. This clause applies only to- (1)� Contracts that have been totally set aside for small business concerns; and (2)� Orders set aside for small business concerns under� multiple-award contracts� as described in� 8.405-5� and� 16.505(b)(2)(i)(F). (c)� General. � (1)� Offers� are solicited only from small business concerns.� Offers� received from concerns that are not small business concerns� shall� be considered nonresponsive and will be rejected. (2)� Any award resulting from this� solicitation� will be made to a small business concern. (End of clause) VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-76 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products. (NOV 2022) As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed 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 contract 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. (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (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 contract 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 section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract 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 contract 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 contract 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 contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. 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) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025); FAR 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025); FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (AUGUST 2003); 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 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50, Combating Trafficking in Persons (NOV 2021); FAR 52.223-18, RESERVED FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); aFAR 52.222-41 Service Contract Labor Standards (AUG 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) Quotes shall include the RFQ number (36C25925Q0798), the proposed unit price, the proposed extended price (for the base and all option years,) any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, Unique Entity Identifier (UEI) number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: � � � � � � � � � � http://www.acquisition.gov/far/index.html � � � � � � � � � � http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be submitted electronically to the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Shanta Harrison, Contract Specialist at Shanta.Harrison@va.gov no later than 4:00 P.M. MOUNTAIN TIME ON FRIDAY, SEPTEMBER 12, 2025. Quotes submitted by fascimile (fax machine) will not be accepted. PLEASE INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF EMAILS SUBMITTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 12:00 p.m. MT, Wednesday, September 10, 2025. All responses to questions received will be posted to the Contracting Opportunities website via an amendment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ec7c048b891485690caa30b0458ba2c/view)
- Place of Performance
- Address: Department of Veterans Affairs Oklahoma City VA Health Care System 921 NE 13th Street, Oklahoma City 73104
- Zip Code: 73104
- Zip Code: 73104
- Record
- SN07584307-F 20250911/250909230055 (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 |