SOURCES SOUGHT
65 -- NX EQ Sterilizer Unit Low Temperature (VA-26-00033650)
- Notice Date
- 1/5/2026 7:15:31 AM
- 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
- 36C10G26Q0030
- Response Due
- 1/19/2026 9:00:00 AM
- Archive Date
- 03/20/2026
- Point of Contact
- Levi Russin, Contract Specialist, Phone: 518-626-6757
- E-Mail Address
-
Levi.Russin@va.gov
(Levi.Russin@va.gov)
- Awardee
- null
- Description
- 1.0 DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Sterilizer: Low Temperature: Gaseous Plasma product line as a candidate for the Department of Veterans Affairs VA-wide (otherwise referred to as national ) Non Expendable Equipment (NX) 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 FAR 10.001 to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Steris Corporation® brand name or equal V-Pro Max 2 Sterilizer 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 Sterilizer: Low Temperature: Gaseous Plasma 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 Vaporized Hydrogen Peroxide (H2O2) Sterilizers are used for low temperature sterilization of heat and moisture-sensitive medical devices. Hydrogen peroxide is a known antimicrobial agent that oxidizes key cellular components within microorganisms, thereby destroying them. A low-temperature gaseous plasma sterilizer is� an apparatus that uses vaporized hydrogen peroxide gas plasma to sterilize heat- and moisture-sensitive medical instruments and devices.� The process involves injecting hydrogen peroxide vapor into a chamber, then applying an electrical field to create gas plasma.� This plasma generates� microbicidal free radicals� that disrupt cellular components of microorganisms, killing them effectively.� The process leaves behind harmless byproducts, water and oxygen, and is suitable for delicate equipment that cannot withstand high temperatures or humidity. Sterilization typically occurs at a temperature of less than 56°C with process times of around 25 to 70 minutes depending upon cycle type. The following Contract Line Items are being considered: Contract Line Items Manufacture Part Number Description Base Year Option Year 1 Option Year 2 Option Year 3 Option Year 4 0001 STERIS Corporation VP50001101 V-PRO MAX 2 STERILIZER 208-230V, 60HZ, REC SD EN 2 2 2 2 2 0002 STERIS Corporation VP50002101 V-PRO MAX 2 STERILIZER 208-230V, 60HZ, CAB SD EN 2 2 2 2 2 0003 STERIS Corporation VP50003101 V-PRO MAX 2 STERILIZER 208-230V, 60HZ, CAB DD EN 2 2 2 2 2 0004 STERIS Corporation VP0081 V-PRO MAX2 3X SPECIALTY CYCLES FACTORY INSTALLED 4 4 4 4 4 0005 STERIS Corporation VP0082 V-PRO MAX2 3X SPECIALTY CYCLES FIELD INSTALLED 4 4 4 4 4 0006 STERIS Corporation VP0085 V-PRO MAX2 SPECIALTY CYCLE D FIELD INSTALLED 2 2 2 2 2 0007 STERIS Corporation VP0086 V-PRO MAX2 SPECIALTY CYCLE E FIELD INSTALLED 2 2 2 2 2 0008 STERIS Corporation VP0087 V-PRO MAX2 SPECIALTY CYCLE F FIELD INSTALLED 2 2 2 2 2 0009 STERIS Corporation SE600962 INSTALL LARGE HYDROGEN PEROXIDE STERILIZERS 8 8 8 8 8 0010 STERIS Corporation SE6009621 DEINSTALL LARGE HYDROGEN PEROXIDE STERILIZER 8 8 8 8 8 0011 STERIS Corporation VP0084 V-PRO WIDE SHELF 8 8 8 8 8 0012 STERIS Corporation P146669300 CABINET PACKAGE SD FREE STANDING 4 4 4 4 4 0013 STERIS Corporation SE6009485 INSTALL SEISMIC LOW TEMPERATURE STERILIZERS 4 4 4 4 4 0014 STERIS Corporation SE600962NW PREMIUM NW INSTALL LARGE HYDROGEN PEROXIDE STERILIZERS 8 8 8 8 8 0015 STERIS Corporation SE6009621NW PREMIUM NW DEINSTALL LARGE HYDROGEN PEROXIDE STERILIZER 8 8 8 8 8 0016 STERIS Corporation SE600962UL PREMIUM UL INSTALL LARGE HYDROGEN PEROXIDE STERILIZERS 8 8 8 8 8 0017 STERIS Corporation SE6009621UL PREMIUM UL DEINSTALL LARGE HYDROGEN PEROXIDE STERILIZER 8 8 8 8 8 0018 STERIS Corporation SE6009810000105 1ST YEAR DEEP-VACUUM PUMP SVC V-PRO MAX 2 (3 PM) 4 4 4 4 4 0019 STERIS Corporation SE6009852000103 TOTAL CARE CONNECT V-PRO MAX 2 (2 PM) 4 4 4 4 4 0020 STERIS Corporation SE6009853000103 2 YEARS OF TOTAL CARE CONNECT V-PRO MAX 2 (2 PM) 4 4 4 4 4 0021 STERIS Corporation SE60098100003 LABOR CARE W/PM PARTS V-PRO MAX 2 4 4 4 4 4 0022 STERIS Corporation SE60098000283 2 YEARS OF LABOR CARE W/PM PARTS V-PRO MAX 2 4 4 4 4 4 0023 STERIS Corporation SE6009811000103 LABOR CARE V-PRO MAX 2 4 4 4 4 4 0024 STERIS Corporation SE6009811028103 2 YEARS OF LABOR CARE V-PRO MAX 2 4 4 4 4 4 0025 STERIS Corporation SE6009800048103 PREVENTIVE CARE V-PRO MAX 2 4 4 4 4 4 0026 STERIS Corporation SE6009800028103 2 YEARS PREVENTIVE CARE V-PRO MAX 2 4 4 4 4 4 0027 STERIS Corporation SE0000044 SERVICE TRAINING PROGRAM FOR V-PRO LOW TEMPERATURE, MENTOR, OH 4 4 4 4 4 0028 STERIS Corporation SE0000046 CUSTOMIZED TRAINING - 1 DAY / UP TO 5 TRAINEES 2 2 2 2 2 0029 STERIS Corporation SE0000047 CUSTOMIZED TRAINING - 2 DAYS / UP TO 5 TRAINEES 2 2 2 2 2 0030 STERIS Corporation SE0000048 CUSTOMIZED TRAINING - 3 DAYS / UP TO 5 TRAINEES 2 2 2 2 2 0031 STERIS Corporation SE61118 CUSTOMIZED TRAINING - 4 DAYS / UP TO 5 TRAINEES 2 2 2 2 2 0032 STERIS Corporation SE61119 CUSTOMIZED TRAINING - 5 DAYS / UP TO 5 TRAINEES 2 2 2 2 2 The Department of Veterans Affairs (VA) is seeking vendors who can provide the Steris Corporation® V-Pro Max 2 Sterilizer or equal as listed above which meet all the following salient characteristics: SC s 1-8 apply to CLINs 0001 - 0017 SC 9 applies to CLINs 0018 - 0026 SC 10 applies to CLINs 0027-0032 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Must be a Freestanding Configuration Literature Review SC 2 Must be compatible with sterilizing robotic reusable medical. devices such as the daVinci instruments Literature Review SC 3 Must meet FDA standards or is FDA 510 (k) approved Literature Review SC4 Must use H2O2/Hydrogen peroxide for Sterilant Literature Review SC 5 Must have multiple door configurations Literature Review SC 6 Must be validated to handle at least one Dual Channel Scope Literature Review SC 7 Must have non-Lumen quick cycle with run time under 24 minutes Literature Review SC 8 Shall provide a minimum 1-year warranty Literature Review SC 9 Must have comprehensive Support and maintenance plans Literature Review SC 10 Must provide training Literature Review 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. Contractors submitting capability statements in response to this RFI must specifically address the questions outlined above. Generic capability statements that do not directly pertain to this RFI will not be considered. Additionally, links requesting capability statements or further information will not be accessed. All responses must be submitted as an actual file attachment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/51ebb4173ea44602b0f72c98a81e2343/view)
- Place of Performance
- Address: Enterprise-wide, USA
- Country: USA
- Country: USA
- Record
- SN07677819-F 20260107/260105230031 (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 |