Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2024 SAM #8397
SOURCES SOUGHT

65 -- NX EQ Disinfectors: Liquid Germicide: Flexible Scope Automated Endoscope Reprocessor (AER)

Notice Date
11/21/2024 2:25:28 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G25Q0023
 
Response Due
12/6/2024 2:30:00 PM
 
Archive Date
02/04/2025
 
Point of Contact
Courtney Chattman, Contract Specialist
 
E-Mail Address
Courtney.Chattman@va.gov
(Courtney.Chattman@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 10 of 10 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 10 DESCRIPTION 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Disinfectors: Liquid Germicide: Flexible Scope Automated Endoscope Reprocessors (AER) product line as a candidate for an Enterprise-wide (otherwise referred to as national ) single Requirements contract award. The Department of Veterans Affairs (VA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide SterisĀ® brand name or equal Disinfectors: Liquid Germicide: Flexible Scope AERs on an agency wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Disinfectors: Liquid Germicide: Flexible Scope AERs to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether or not to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 800 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or proposal. You may access the SAM website at Home | SAM.gov. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Small Business Administration (SBA) database at Veteran Small Business Certification (VetCert) database at: Veteran Small Business Certification (sba.gov) at the time of proposal submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Disinfectors: Liquid Germicide: Flexible Scope AERs are designed to standardize and automate the preparation of a manually precleaned endoscope so that it is safe for immediate reuse. These units typically use a liquid chemical germicidal agent for reprocessing. Automatic reprocessors can reduce the likelihood that a crucial reprocessing step will be skipped, help ensure that reprocessing is performed consistently using a recommended protocol and reduce personnel exposure to the irritating effects of liquid disinfectants/sterilant. Most reprocessors provide documentation of the disinfection/sterilization cycle, either in the system's memory or as a hard-copy printout. The following Contract Line Items are being considered: Contract Line Item# Brand Part Number Description Base Year Option Year I Option Year II Option Year III Option Year IV 0001 Steris ADV1007 ADV SU RAP PA 110V W/AIR - AER Plymouth - Advantage Plus 10 10 10 10 10 0002 Steris ADV1008 ADV SU RAP PA 110V NO AIR - AER Plymouth - Advantage Plus 10 10 10 10 10 0003 Steris ADVPT3007 ADV+ PT 120V 30C W/AIR - AER Plymouth - Advantage Pass Thru 10 10 10 10 10 0004 Steris ADVPT3008 ADV+ PT 120V 30C NO AIR - AER Plymouth - Advantage Pass Thru 10 10 10 10 10 0005 Steris 67199157 BARCODE, ADV 100-199 10 10 10 10 10 0006 Steris 67199158 BARCODE, ADV 200-299 10 10 10 10 10 0007 Steris 67199541 BARCODE, ADV 300-399 10 10 10 10 10 0008 Steris 67199660 BARCODE, ADV 400-499 10 10 10 10 10 0009 Steris ADV1063 ADV, PRINTER SYSTEM 10 10 10 10 10 0010 Steris 40100104 PAPER, ADV PRINTER, 6PK 10 10 10 10 10 0011 Steris 72233310 WALL MOUNT BRACKET 10 10 10 10 10 0012 Steris 78400915 ASSY, HOOKUP STORAGE RACK 10 10 10 10 10 0013 Steris 78400931 ASSY, HOOKUP RACK, SHORT 10 10 10 10 10 0014 Steris 78400924 KIT, INTERCEPT UPTAKE 1G 10 10 10 10 10 0015 Steris 78400974 SPILL KIT RAP PA 10 10 10 10 10 0016 Steris ADV1062 ADV, ACTIVE VAPOR MGT 10 10 10 10 10 0017 Steris CAS1000 MODEL CAS-1000 ASSY, CASSETTE, TRANSPORT 10 10 10 10 10 0018 Steris CB120002 BAG, SMALL ACCESSORY 2/PK 10 10 10 10 10 0019 Steris 100555 MODEL 100555 UCR ADAPTER [1 EA] 10 10 10 10 10 0020 Steris CLM110HU0108 MODEL CLM-110-HU0108 HOOKUP, ADPTR AIR/WTR 10 10 10 10 10 0021 Steris 28001 MODEL 2-8-001 HU ZERO CHANNEL NO LT 10 10 10 10 10 0022 Steris 28010 MODEL 2-8-010 ASSY, HOOK-UP, OLYMPUS 10 10 10 10 10 0023 Steris 28030 MODEL 2-8-030 ASSY, HOOKUP, PENTAX-0K 10 10 10 10 10 0024 Steris 28030HAN MODEL 2-8-030HAN ASSY, HOOKUP, PENTAX-OK 10 10 10 10 10 0025 Steris 28040 MODEL 2-8-040 ASSY, HKUP STORZ 0K 10 10 10 10 10 0026 Steris 28040HAN MODEL 2-8-040HAN ASSY, HKUP STORZ 0K 10 10 10 10 10 0027 Steris 28112 MODEL 2-8-112 ASSY, HOOKUP OLMPUS 1K 10 10 10 10 10 0028 Steris 28112HAN MODEL 2-8-112HAN ASSY, HOOK-UP OLYMPUS 1K 10 10 10 10 10 0029 Steris 28210 MODEL 2-8-210 ASSY, HOOK-UP OLYMPUS 2K 10 10 10 10 10 0030 Steris 28218 MODEL 2-8-218 ASSY HOOKUP OLY 2K 10 10 10 10 10 0031 Steris 28245HAN MODEL 2-8-245HAN ASSY, HOOKUP, STORZ-2K 10 10 10 10 10 0032 Steris 28335HAN MODEL 2-8-335HAN ASSY, HOOKUP, OLYMPUS 10 10 10 10 10 0033 Steris 28437HAN MODEL 2-8-437HAN ASSY, HOOK-UP, PENTAX 10 10 10 10 10 0034 Steris 28511 MODEL 2-8-511 ASSY, HOOK-UP, OLY 10 10 10 10 10 0035 Steris 28511HAN MODEL 2-8-511HAN ASSY, HOOK-UP, OLY 10 10 10 10 10 0036 Steris 28537HAN MODEL 2-8-537HAN ASSY HKUP, PTX90 4K+JET 10 10 10 10 10 0037 Steris 28611 MODEL 2-8-611 ASSY, HOOK-UP, OLY 10 10 10 10 10 0038 Steris 28611HAN MODEL 2-8-611HAN ASSY, HOOK-UP, OLY 10 10 10 10 10 0039 Steris 28617HAN MODEL 2-8-617HAN ASSY, HKUP, OLY 2 BIOPSY 10 10 10 10 10 0040 Steris 28619 MODEL 2-8-619 ASSY HU 140 W/MH-974 10 10 10 10 10 0041 Steris 28711 MODEL 2-8-711 ASSY, HOOKUP, OLYMPUS 5K 10 10 10 10 10 0042 Steris 28711HAN MODEL 2-8-711HAN ASSY, HOOKUP, OLYMPUS-5K 10 10 10 10 10 0043 Steris 28718HAN MODEL 2-8-718HAN ASSY, HOOK-UP, OLY 160/180 10 10 10 10 10 0044 Steris 28753 MODEL 2-8-753 ASSEMBLY, HOOKUP, OLY-4K 10 10 10 10 10 0045 Steris 28811 MODEL 2-8-811 ASSY HKUP OLY-ECHO+LIFT 10 10 10 10 10 0046 Steris 28901 MODEL 2-8-901 KIT TEE/TOE/RUS HU ADV+ 10 10 10 10 10 0047 Steris 58010 MODEL 5-8-010 ASSY, HOOKUP DBL LT 10 10 10 10 10 0048 Steris 58030HAN MODEL 5-8-030HAN ASSY, HOOKUP 10 10 10 10 10 0049 Steris 58040HAN MODEL 5-8-040HAN ASSY HOOKUP STORZ OK DBL 10 10 10 10 10 0050 Steris 58050HAN MODEL 5-8-050HAN ASSY, HOOKUP, DILATOR 10 10 10 10 10 0051 Steris 58112 MODEL 5-8-112 ASSY, HOOKUP 2-SCOPE 1-K 10 10 10 10 10 0052 Steris INS1004 INSTALL, ADVANTAGE PLUS BUSINESS DAY 10 10 10 10 10 0053 Steris INS1005 INSTALL, ADVANTAGE PLUS NON-BUSINESS DAY 10 10 10 10 10 0054 Steris INS1015 INSTALL, ADV-PASS THRU BUSINESS DAY 10 10 10 10 10 0055 Steris INS1016 INSTALL, ADV-PASS THRU NON-BUSINESS DAY 10 10 10 10 10 0056 Steris SE2000121 DEINSTALL ADVANTAGE PLUS 10 10 10 10 10 0057 Steris SE2000221 DEINSTALL ADVANTAGE PASS THRU 10 10 10 10 10 0058 Steris SE2000900071 DISPOSAL OF AER 10 10 10 10 10 0059 Steris SE20001696 ADVANTAGE TRAINING - 1 PRODUCT (PER STUDENT) 10 10 10 10 10 0060 Steris SE20002696 ADV PASS-THRU - 1 PRODUCT (PER STUDENT) 10 10 10 10 10 The VA is seeking vendors who can provide SterisĀ® Disinfectors: Liquid Germicide: Flexible Scope AERs or equal as listed above which meet all the following salient characteristics (SC): CLIN s 0001-0004 apply to the following SC s: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 The unit should be a floor configuration that must be capable of efficiently cleaning and high-level disinfection (HLD) of all major brand endoscopes. Literature Review SC 2 The unit must have visual and/or audible alarms to alert the user if there is a problem with the cycle or when the reprocessor requires maintenance (i.e. filter changes, etc.) Literature Review SC3 The unit must have automated leak detection capabilities. Literature Review SC 4 The unit must have the ability to electronically document, at a minimum: cycle parameters, times, and dates. Literature Review Sub-factors Safety Safety features and functions of the offered equipment will be evaluated. Areas may include but are not limited to the following: Type of germicide used i.e. single or multi-use; Cross contamination reduction; Hands-free operation; Chemical storage; Blockage detection; Maintain air pressure during reprocessing to allow for cleaning of damaged endoscope; Final rinse water. Design Design features and functions of the offered equipment will be evaluated. Areas may include but are not limited to the following: Compatibility with major brand scopes, probes, and dilators; Compatibility with other sterile processing equipment; Automated cleaning/disinfection; Reprocessing temperatures; Cycles; Hands free operation; Visual display; Barcode scanner; Control panel; Scope hookup; Chemical storage; Solutions software. Performance Equipment will be evaluated for its ability to perform its intended function. Areas may include but are not limited to: Number of scopes processed per cycle; Ability to integrate with an instrument tracking system (i.e. CensiTrac or equivalent); Processing temperature; Cycle time, minutes; Self-decontamination; No-touch workflow; Pressure monitoring; Channel monitoring; Blockage detection; Leak detection; Final rinse. Quality/Construction Aspects of the construction and quality of material of the equipment will be evaluated and may include but not limited to: Life Span/Warranty Training Applicable accessories For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the SCs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the SCs. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company; Unique Entity Identifier (UEI) number; Business Size; Manufacturer or Distributor; If distributor provide full name, business size and address of manufacturer . Country of Origin designation for all products; Ability to provide uninterrupted supply of products on a national scale; Technical Literature that clearly shows product(s) meet the identified SCs (if submitting an or-equal item); Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2338342970274a4c98f0d6cb704cc01c/view)
 
Place of Performance
Address: Enterprise-wide, USA
Country: USA
 
Record
SN07272737-F 20241123/241121230118 (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.