Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

65 -- Custom Dual Basin Ophthalmology Reprocessing Sink

Notice Date
12/17/2025 1:40:53 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24426Q0169
 
Response Due
1/5/2026 10:00:00 AM
 
Archive Date
02/04/2026
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing a Custom Dual Basin Processing Sink. The devices will be delivered to the Wilkes-Barre VA Medical Center, located in Wilkes-Barre, PA 18711. Introduction: The Department of Veterans Affairs Medical Center, Wilkes-Barre, PA (WBVAMC) Sterile Processing Service (SPS) supports a robust facility instrument reprocessing system with the reprocessing of approximately 73,000 instruments per fiscal quarter. Objective: A key mission of WBVAMC SPS is to successfully support the reprocessing requirements for the RMD utilized in 22 services to include the main Wilkes-Barre VAMC Medical Facility and the Allentown Community Based Outpatient Clinic in accordance with ANSI/AAMI ST 79:2020 and VHA Directive 1116(2) Management of Critical and Semi-Critical Reusable Medical Devices . To accomplish this task, according to regulatory guidelines, the procurement of one additional processing sink for the manual cleaning of ophthalmology instrumentation is essential to ensure the requirements are met and safe delivery products are available to our Veterans. SPS is undergoing a workflow upgrade to improve safety and staff ergonomics. To accommodate this, reprocessing sinks must be installed in fixed, pre-measured spaces. The sink must allow users of different physical statures to operate them safely and efficiently over long shifts. Scope: The scope of this effort includes SPS reprocessing support to provide safe and deliverable RMD inventory to the WBVAMC for Veteran procedures. These services provided to our Veterans require the procurement of one additional reprocessing sink to complete the applications necessary to meet all standards and requirements per IFU and national guidelines. Requirements: The following section describes the requirements and tasks that shall be accomplished to meet these requirements. The contractor/vendor must refine and coordinate directly with vendor s/manufacturer s guidelines regarding the staging/storage, moving, and installation of the new unit following product specifications in the space designed to ensure a seamless turn-key installation of product to the WBVAMC SPS. The unit must be a custom dual basin processing sink for the sole purpose of being used for the manual cleaning phase of ophthalmology instrumentation. Item must not exceed 82 wide x 30 D x 42 H. Item should have an open pipe base. Item should have fully welded construction with reinforced tops. Item should have a 12 backsplash. Item should promote universal workflow. Item should have a marine edge. Item should have a flat working surface. Item should have adjustable feet. Item will have an H-brace. Item will have Electronic Height Adjustability (EHA). Item will have Standard Basin size of 24 W x 16 L x 10 ½ D. Item will have a pre-rinse faucet. Item will have a Deionized (DI) water faucet. Item will have an air gun with 5 tips. Item will have a water gun with 8 tips. Item will have hand lever drains. Delivery All delivery schedules should be coordinated through facilities in advance. No corrugated boxes are allowed into the facility, if needed then vendor must provide their own recyclable dumpster and not be limited to overnight parking for such dumpster. Vendor must provide staff onsite upon deliveries to load and offload deliveries. Delivery is required for 90 days ARO, FOB Destination only, to the following: Department of Veterans Affairs Attn: Warehouse Wilkes-Barre Medical Center 1111 East End Boulevard Wilkes-Barre, PA 18711-0030 Delivery shall be coordinated with the POC, Chief of Sterile Processing Service, Monday through Friday 08:00 AM-16:30 PM ET. Delivery, installation and configuration must be managed and completed in coordination with VA Standards. No direct deliveries will be accepted by the VA; the vendor must arrange and be present for all deliveries. The VA will turn away any unscheduled deliveries at the vendor s expense. A project manager or project designer and installation foreman must be onsite during installation. For product delivery, the combination freight/passenger elevator is available at no additional charge. All deliveries are through the loading dock and must be scheduled two (2) weeks prior to delivery. The loading dock can be congested at times. Installation The contractor/vendor must be responsible for protecting the floors to and from the elevator and from the elevator to the workspace. Masonite is required for all floors as well as door jamb and corner protection. All transport carts and wheel equipment must be checked and verified to ensure damage is not done by them. Any damage done to the space must be repaired within 90 days at the vendor s expense. The contractor shall perform installation of the new unit per manufacturer s recommended specifications and procedures. The installation process must be performed during the weekend (Saturday/Sunday) between the hours of 6AM and 8PM. Process must be coordinated with Chief of Sterile Processing Service prior to scheduling. Receive and Unload: If the contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location until the next available workday. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building. The contractor must verify and inspect all items. All deficiencies (damage/overage/shortage) must be brought to the attention of the assigned POC in writing, preferably via email, immediately upon identification. The contractor must store damaged items in the location designated by the POC. The Contractor must maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports must be forwarded to the POC daily. The contractor must repair or coordinate with the POC for the replacement of damaged, defective, or missing items. Assembly and final acceptance The contractor must be responsible for all safety and security guidelines within the area in which work is being performed, including securing any contractor-owned tools or equipment, and any on-site storage being utilized. The contractor must install all items in accordance with each requirement statement and basic component floor plan designed and provided by the contractor with each task order. The contractor must uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. The contractor must prevent its personnel from entering any area other than the designated work area. The contractor must maintain a means of egress within all designated work areas to comply with fire codes. The contractor must inspect to ensure that the product(s) is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use. The contractor must do a final walkthrough with POC and provide a punch list before releasing crew for the day. Final Acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Jobsite Cleanliness: The contractor must be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract. Recyclable cardboard products must be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials must not be stored in the buildings for any period exceeding 24 hours. Flu Vaccination and Tuberculosis Screening: Vendor must follow the following VHA Directive for Flu Vaccination and Tuberculosis Screening: VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers and trainees who work in VA locations. HCP covered by the policy are expected to receive annual influenza vaccinations. Those HCP unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the vendor to ensure that all contracted staff are compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a healthcare provider or pharmacy, or a copy of medical records documenting a vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccination. Annual certification that all contract staff performing services at VA facilities are in compliance with VHA Directive 1192. This is to be submitted to Technical Point of Contact (POC). Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on January 05, 2026. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. 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 notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fa92397762ea4137af6c22f8688d7133/view)
 
Place of Performance
Address: Wilkes-Barre VA Medical Center 1111 East End Blvd., Wilkes-Barre 18711
Zip Code: 18711
 
Record
SN07669391-F 20251219/251217230039 (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.