Kentucky Bids > Bid Detail

6530-- SOURCES SOUGHT NOTICE Low Temperature Sterilization Units 596-24-2-1322-0001

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159533107121385
Posted Date: Feb 29, 2024
Due Date: Mar 5, 2024
Source: https://sam.gov/opp/20ad56881d...
Follow
6530-- SOURCES SOUGHT NOTICE Low Temperature Sterilization Units 596-24-2-1322-0001
Active
Contract Opportunity
Notice ID
36C24924Q0194
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 29, 2024 10:52 am CST
  • Original Response Date: Mar 05, 2024 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Lexington VA Health Care System Lexington , KY 40511
    USA
Description
On behalf of the Lexington VA Health Care System, Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this Emergency requirement for a firm-fixed-priced contract for brand name or equal Sterrard 100NX Low Temperature Sterilization Units. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113, Surgical Appliance and Supplies Manufacturing.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

a. Organization name, address, point of contact, email address, web site address, and telephone number.

b. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

c. Business type under NAICS 339113, which contains a size standard of 800 Employees, Commercial And Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number.

d. Under which NAICS code does your company usually provide the requirements described in this Sources Sought Notice, paragraph 11. Please provide rationale for your answer if different from NAICS 339113.

e. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

f. Please provide the following information as an attachment to your response:

i. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

ii. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

iii. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?

Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Response to this SSN shall not exceed 10 pages and should include all of the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

a. Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

b. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

c. Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: All interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 16:00 CT, March 5, 2024. All responses under this SSN must be emailed to martha.warren1@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Supplies/Services:

Item Number
Part Number
Description
QTY
UoM
Unit Price
Item Discount
Extended Price
0001
10104-007-50
ST100NX ALLCLEAR 1-DR DUO
2
EA
$ -
$ -
$ -
0002
43220
VELOCITY READER ULTRA BI,TOP LEVEL ASSY
2
EA
$ -
$ -
$ -
0003
43210
STERRAD Velocity BI/PCD 15 min, 60 count
2
EA
$ -
$ -
$ -
0004
43250
STERRAD VELOCITY BI ACTIVATOR
2
EA
$ -
$ -
$ -

NOTE:
All products priced to include shipping and freight.

SKU 10104-007-50, or equal, to include: OEM installation (OEM parts, labor and travel), one-year OEM warranty for preventative maintenance and corrective maintenance not incurred by operator or facility error, 2 user manuals, OEM telephonic technical support, and in-service education, as needed.

All interested party shall submit a capabilities statement and other documentation demonstrating clear and convincing capabilities to satisfy the requirement listed above to the Contract Specialist by email at martha.warren1@va.gov no later than 16:00 CT on March 5, 2024.Â



Salient Characteristics
Low Temperature Sterilization Units

This is a procurement of 2 low temperature sterilization units. The Lexington VA Health Care System will utilize these sterilizers for reprocessing of reusable medical devices in accordance with VA Directive 1116 and the manufacturer s instructions for use.
Low hydrogen peroxide emission (less than 1ppm)
Pre-cycle moisture detection and removal
Pre-cycle instrument warming
Foot panel operation
20.1 chamber width





Statement of Work
for
Low Temperature Sterilization Units

GENERAL:
This is a procurement of 2 low temperature sterilization units.

Description of Use:
The Lexington VA Health Care System will utilize these low temperature sterilization units for reprocessing of reusable medical devices in accordance with VA Directive 1116 and the manufacturer s instructions for use.

Technical Specifications:
The items ordered shall meet the following specifications:
Items will be packaged to prevent damage during shipment.
Items will be shipped to:
Lexington VA Health Care System
Troy Bowling Campus
Attn: Kimberly Coleman, 150BC
1101 Veterans Drive
Lexington, KY 40502
All items will arrive at the facility undamaged.
All installation services included:
Delivery (To be scheduled and confirmed via email with SPS AO or SPS Chief)
Unboxing of equipment and packaging removal
Installation and configuration
Equipment quality validation testing
Education for 30 - 35 end users

Turnkey Services:
Proposal should include all services required to (1) deliver, unbox, and set in place the new equipment; (2) install and configure the new equipment; (3) provide end-user training; and (4) remove all packaging material and trash created by installation. Vendor to provide all equipment necessary for loading/unloading and moving equipment.

Period of Performance and Delivery Schedule:
Equipment delivery and installation should be scheduled with the SPS AO or SPS Chief and completed within 30 days of award. Equipment should be delivered in conjunction with the start of installation. Storage is unavailable.

Special Requirements:
Installation of the first unit will be complete with the unit in operating condition before removal of existing equipment and installation of new unit. This is to ensure the facility is fully functioning for procedures at all times.
Installation must be performed in such a way (temporary barriers, PPE, removal of packaging material) to protect the integrity of the sterile processing clean preparation room from contamination.
Proposed equipment should be compatible with current infrastructure/utilities. Specifically, any utility requirements must match currently available utilities.
Proposed equipment must fit within current physical space limits.
Vendor will have an education specialist on-site on the day of installation for any questions on the function, use, and maintenance of the equipment. Formal training and training materials will be provided for 30 - 35 staff.
Sterilization units to include: OEM installation (OEM parts, labor and travel), one-year OEM warranty for preventative and corrective maintenance (not incurred by operator or facility error, 2 user guides, telephonic technical support help desk, and in-service training as needed.

Performance Standards:
All items will be provided in accordance with this SOW and applicable state, local, and federal laws.

Records Management Obligations:
 A.  Applicability
This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists.
B.  Definitions
Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them.
The term Federal record:
includes Lexington VA Health Care System (LVAHCS) records.
does not include personal materials.
applies to records created, received, or maintained by Contractors pursuant to their LVAHCS contract.
may include deliverables and documentation associated with deliverables.
C.  Requirements
Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.
In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.
In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.
LVAHCS and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of LVAHCS or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to LVAHCS. The agency must report promptly to NARA in accordance with 36 CFR 1230.
The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to LVAHCS control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).
The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and LVAHCS guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.
The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with LVAHCS policy.
The Contractor shall not create or maintain any records containing any non-public LVAHCS information that are not specifically tied to or authorized by the contract.
The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.
The LVAHCS owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which LVAHCS shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20.
Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take LVAHCS-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.
[Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.]
Â
D.  Flow down of requirements to subcontractors
The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.
Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 29, 2024 10:52 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >