Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOLICITATION NOTICE

65 -- SPS-STERIS

Notice Date
1/8/2026 9:27:29 AM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0254
 
Response Due
1/15/2026 3:00:00 PM
 
Archive Date
02/14/2026
 
Point of Contact
Victor Oliveros, Contracting Specialist
 
E-Mail Address
victor.oliveros@va.gov
(victor.oliveros@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) /� SOURCES SOUGHT NOTICE IS ISSUED� SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing SPS STERIS products: The prospective contractor must be Brand Name or Equal to STERIS. V-PRO maX 2 Low Temperature Sterilizer Salient Characteristics: The sterilizer must fit the dimensions laid out in the building drawings. The sterilizer may be installed recessed in the wall or stand alone with a cabinet package. The sterilizer must have overall sterilizer dimensions as follows: Cabinet (DD): 33 x 72 x 40-15/16"" (838 x 1829 x 1040 mm) Recessed/Cabinet (SD): 33 x 72 x 38-5/16"" (838 x 1829 x 973 mm) Chamber: 17 x 15 x 32-1/2"" (432 x 381 x 826 mm) with 4.8 cubic feet (136 L) of volume The sterilizer must not have special utility requirements for plumbing, ventilation, or air supply. Only a standard 20amp dedicated wall outlet is available. The sterilizer must use a non-toxic sterilant such as hydrogen peroxide. The sterilizer must be able to safely process: cameras, telescopes, batteries, da Vinci endoscopes, telescopes, and laryngoscope blades. The sterilizer must have automatic programmed cycles. The sterilizer must be able to process up to 50 lbs in 28 minutes, or 11lbs in as quick as 16 minutes The sterilizer must have controls for detecting and testing biological organisms. The sterilizer must have controls to minimize excess condensation on the chamber interior. The Contractor must provide a turnkey installation during regular working hours. Cart and Utensils Washer/Disinfector Salient Characteristics: The washer/disinfector must be recessed into the wall and fit the dimensions laid out in the building drawings. The washer/disinfector interior dimensions must be at least: 40in (w) x 80in (h) x 106in (l). The washer/disinfector must be able to wash and disinfect carts in 10 minutes or less. The washer/disinfector must have sliding doors. The system must have vented drying, chemical dosing system, automatic tilt, drain discharge cool down. The system must have controls in place to ergonomically store and dispose of cleaning products. The system must have controls in place to directly send steam to the existing drain, removing the need for a steam condensate return connection. The system must use HEPA filters while drying. The system must be configured with 3 chemistry pumps and a chamber depth of approx.106 inches. The washer/disinfector must have automatic cycles. The washer/disinfector must have customizable cycles. The display must be visible from 15 feet away. The system must have an integrated printer to capture cycle data. The Contractor must provide a turnkey installation during regular working hours. Medium Steam Sterilizer Salient Characteristics: The sterilizer must be recessed into the wall and fit the dimensions laid out in the building drawings. The sterilizer must be designed for high-volume steam sterilization. The sterilizer must be capable of producing up to 15-25lb instrument trays. The sterilizer must have 12 programmable cycles. The chamber must have a volume of 316L The chamber must be made of stainless steel. The sterilizer must have controls to minimize excess condensation on the chamber interior. The door must be hinged. The door must have a single hand low-effort handle to operate easily. The sterilizer must have a steam activated gasket. The display must be visible from 15 feet away. The system must have an integrated printer to capture cycle data. The Contractor must provide a turnkey installation during regular working hours. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The Brand Name or Equal applies to this acquisition. It is offeror s responsibility to demonstrate its offer meeting the salient physical, and functional characteristics included in this solicitation. If the offer does NOT demonstrate, the offer will be considered non-responsive. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can satisfy the requirement by providing the brand name or equal to the supplies being requested. Schedule: All services will be performed during normal business hours unless requested and approved by the Contracting Officer Representative. Normal business hours for delivery are Monday through Friday, 8:00 am - 4:30 pm, excluding federal holidays. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Juneteenth Day Christmas Day Thanksgiving Day Independence Day And any other day specifically declared by the President of the United States to be a national holiday. Place of Performance: Phoenix VA Healthcare System, 650 East Indian School Road, Phoenix, AZ 85012-1839 The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list SALIENT CHARACTERISTICS? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to victor.oliveros@va.gov . Telephone responses will not be accepted. Responses must be received no later than, January 15, 2025, by 15:00 Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2ad22140a0844d088594e0dd84cac865/view)
 
Place of Performance
Address: Phoenix VA Healthcare System 650 East Indian School Road, Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN07682067-F 20260110/260108230045 (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.