Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOLICITATION NOTICE

65 -- Reusable Medical Surgical Instruments (VA-25-00084385)

Notice Date
9/16/2025 1:23:00 PM
 
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
36C25925Q0812
 
Response Due
9/23/2025 11:00:00 AM
 
Archive Date
11/22/2025
 
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 8 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 9 Combined Synopsis/Solicitation for Reusable Medical Surgical Instruments 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 only the solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0812 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 a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing with a small business size of 1,000 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, WY. VA Medical Center. The Contractor shall submit prices for Reusable Medical Surgical Instruments according to the quantities and descriptions below. The estimated delivery date for this requirement is 120 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 Combined Synopsis/Solicitation Notice Salient Characteristics: Back-up and replacement reusable surgical instruments shall be brand name or equal to V. Muller instrumentation. Salient characteristics equal products must meet: Construction: Shall be constructed of 300 (austenitic) and/or 400 (Martensitic) series stainless steel (Martensitic) or higher for scissors, hemostatic forceps, osteotomes, chisels, rongeurs, forceps, needle holders, retractors, cannulas, rib spreader and suction devices. May also be made of titanium, copper and silver for all other instruments not listed above. Shall be reusable Sterilization: Shall be able to be sterilized by a steam sterilizer. Must be sterilizable between 270-275 degrees Fahrenheit. Must require sterilization for 3-5 minutes. Must have a cooling time of 20 minutes or more. Shall not require EO or low temperature steam sterilization. Cleaning: Shall be cleanable with endozymatic cleaning detergent. Shall be able to go in a washer/disinfector. Shall be able to be placed in sonification. Warranty: Shall offer lifetime warranty for repairs. Instructions for use (IFU): Must offer IFU that complies with ANSI/AAMI ST81 which included the following: Name and address of the manufacturer. Manufacturer s model or product family designation. Instructions for safe and effective use of the containment device, including safety precautions to be taken during routine use. Instructions for disassembly, cleaning, and reassembly of the containment device, including recommended cleaning agents and cleaning methods. Decontamination methods or chemicals that could be harmful to the containment device. If applicable, instructions for a method of labeling the containment device. Information on the general categories of medical devices that the manufacturer has tested in the validation of the containment device. Instructions for inspection and routine maintenance, including a schedule for implementing inspection and routine maintenance procedures. a caution that these procedures should be carried out by trained personnel. specific directions concerning the maintenance of critical components; and a recommended inspection protocol that will enable the user to identify the end of the containment device s useful life. information regarding authorized service companies in the event that the containment device requires service or repair. Limitations and restrictions on reprocessing The manufacturer shall determine if processing in accordance with the provided instructions leads to a degree of degradation that will limit the useful life of the medical device. Where such degradation is established, the manufacturer shall provide an indication of the end of the medical device s ability to safely fulfill its intended use. Preparation at the point of use prior to processing Requirements for preparation at the point of use to ensure satisfactory reprocessing of the medical device shall be specified, if applicable. Where appropriate, at least the following information shall be included: the containers for transportation. a description of the support systems (for instance, accessories to hold and protect the instrumentation within the container for transportation, if applicable). the maximum period of time that may elapse between use and cleaning. a description of the precleaning techniques critical to further processing. the requirements for wet or dry transportation of items to the decontamination area. Preparation before cleaning Requirements for the preparation of the medical device prior to cleaning shall be specified, if applicable. Where appropriate, instructions for at least the following procedures shall be given: the requirements for capping/opening of ports. disassembly of the device. leak testing the device. soaking/brushing techniques required. ultrasonic treatment of the device. If special tools are required for disassembly/reassembly, these shall be specified in the instructions. Cleaning A validated method of manual cleaning shall be specified. At least one validated automated cleaning/washing method shall also be specified unless the medical device cannot withstand any such process, in which case a warning should be issued. Where appropriate, at least the following information shall be included: a description of the accessories required for the cleaning process. identification and concentration of chemicals required for cleaning. identification of water quality to be used for the process. limits and monitoring of chemical residues remaining on the device. limits on temperature, concentration of solution(s), exposure time to be used. the process temperature(s) and time to be used. the techniques to be used, including rinsing. Disinfection A validated nonautomated method of disinfection shall be specified. At least one validated automated method using a washer-disinfector shall also be specified unless the medical device cannot withstand any such process. Where appropriate, at least the following information shall be included: a description of the accessories required for the disinfection process. the contact time of the disinfectant. identification and concentration of chemicals required for the disinfection process. identification of water quality required for the process. the limits and monitoring of chemical residues remaining on the device. the limits on temperature, concentration of solution(s), exposure time. the process temperature(s) and time to be used. the techniques to be used, including rinsing. NOTE 1 In certain circumstances, disinfection may be carried out concurrently with cleaning of the medical device. NOTE 2 Equipment commonly utilized in health care facilities should be used. NOTE 3 Certain clinical procedures lead to an enhanced probability of contamination with infectious organisms. This should be considered in the risk analysis and in the choice of recommended disinfectants Drying Where drying is necessary, a validated method of drying shall be specified. Where appropriate, at least the following information shall be included: the accessories required for the drying process. the maximum temperature and exposure time for the device. specifications of the drying agent to be used. the techniques to be used. NOTE In certain circumstances, drying may be achieved as part of an automated cleaning and disinfection process. Inspection, maintenance, and testing When methods are required at any stage of processing to confirm the cleanliness or performance, or both, of the medical device, these shall be stated. Where particular maintenance actions are required during processing to ensure the proper performance and safety of the medical device, these shall be stated. Where appropriate, these shall include details such as any part or component that requires routine replacement and/or calibration and, where necessary, details for return to the manufacturer or other qualified organization. Where appropriate, at least the following information shall be given: the method to be used for adjustment/calibration of the device. a description of the lubrication to be used. the performance criteria for the device to ensure its safe use. the instructions for reassembly of the device. the method to be used for the replacement of components. a description of special tools to be used to maintain the device. the requirements for visual inspection. NOTE If instruction to return the medical device to the manufacturer or other qualified organization is specified, the manufacturer should give clear instructions as to when and how to process the device prior to its return. Packaging If a specific method for packaging or containing the medical device during and after sterilization is required, it shall be stated and be compatible with the sterilization process and the medical device. Sterilization A validated method of sterilization shall be specified. Where appropriate, at least the following information shall be given; this shall include set points and the upper and lower limits of critical process parameters that are capable of achieving sterility of the medical device: the accessories required for sterilization of the medical device. the identification and concentration of the sterilant required for the sterilization process. the identification of the quality and purity of the steam generated for the steam and/or ethylene oxide sterilization process. the humidity required for the sterilization process. the minimum holding or exposure time of sterilant. a description of post-sterilization techniques/activities (for instance, aeration for ethylene oxide processing). pressure required for the sterilization process. a description of the techniques to be used. the required temperature of the sterilant. other physical (critical) parameters. Storage Any specific limitations for the time or conditions of storage of the reprocessed medical instrument prior to use shall be stated. Brand Name or Equivalent: Total Price: $__________ 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 V. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Offerors shall confirm in writing the location where the items to be procured are manufactured in their response for quote. 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 the 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) 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 52.222-36, 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. Notice: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Offers are due September 23rd, 2025, by 12:00 p.m., Local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than September 18th, 2025, by 12:00 p.m., Local Mountain Time. Submit offers or questions to the attention of the Contract Officer, Barron Long via email at: barron.long@va.gov Inquiries submitted via telephone will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a99d98463c3c401687ecc752ef3ae1b7/view)
 
Place of Performance
Address: Cheynne VA Medical Center 2360 E Pershing Blvd, Cheyenne, WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN07593214-F 20250918/250916230047 (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.