6515--NX EQ Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)

SOL #: 36C10G25R0015Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)
FREDERICKSBURG, VA, 22408, United States

Place of Performance

Place of performance not available

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2025
2
Last Updated
Oct 16, 2025
3
Submission Deadline
May 1, 2025, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

*= Required Field

Combined Synopsis/Solicitation Notice

Solicitation Number:

36C10G25R0015

Notice Type:

Combined Synopsis/Solicitation

Synopsis:

COMBINED SYNOPSIS/SOLICITATION

This is a combined synopsis/solicitation for brand name or equal commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

Solicitation number 36C10G25R0015 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03, dated January 17, 2025.

Requirement Description:

VA has a requirement to purchase ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL to deliver patient care at its VA Medical Centers around the country. Endoscope drying cabinets are specifically designed to remove moisture from endoscopes following high-level disinfection (HLD) and provide a controlled environment to store endoscopes. The cabinets promote efficient drying of internal lumens and external surfaces while providing protected storage. The cabinet utilizes a continuous flow of instrument grade air that represents a higher filtration standard to ensure optimal air quality within the cabinet environment. Effective endoscope drying is essential to the prevention of bacterial transmission and hospital-acquired infections. These cabinets are typically manufactured using materials (e.g., stainless steel, polypropylene, acrylic) that permit ease of cleaning. Horizontal Endoscope Drying and Storage Cabinets - Horizontal use mesh baskets or cassettes to store and secure endoscopes from swinging and striking other surfaces that could lead to damage and contamination. They are available in single door or pass through versions. Endoscope Drying and Storage Cabinets - Horizontal allow for user and endoscope tracking and data export to help prevent endoscope handling by unauthorized personnel, to track compliance with endoscope management policies, to facilitate contact tracing in cases of possible cross-contamination, and to prevent theft.

A single award Requirements contract will be awarded IAW FAR 52.211-6 Brand Name or Equal in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Offers shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing: 6515 Medical and Surgical Instruments, Equipment, and Supplies and the associated size standard is 750 employees. This procurement action is issued as Full and Open.

This acquisition is for a single award Requirements contract in accordance with FAR Part 16.5 for Steris ® brand name or equal ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL. All interested companies shall provide a offer for all Contract Line Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL and paragraph 2 below.

The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination

Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities.

The FAR provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition including attached addenda (ATTACHMENT D) to the provision.

The FAR provision at 52.212-2, Evaluation -- Commercial Products and Commercial Services, and the specific evaluation criteria as attached addenda (ATTACHMENT D) also applies to this acquisition.

The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer.

Clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached (ATTACHMENT C ).

Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached (ATTACHMENT C).

All interested offerors must be registered in the System for Award Management (SAM) prior to submitting a offer. You may access SAM at https://sam.gov/SAM/.

Questions regarding this combined synopsis/solicitation are due via email by 5:00 PM ET on April 8, 2025, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov. No calls will be accepted.

Offers are due via email by 5:00 PM ET on May 1, 2025, to Contract Specialist, Michael Andrews at michael.andrews6@va.gov and Contracting Officer, Sharon Redman at sharon.redman@va.gov.

1. SCOPE OF WORK

The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL product line as a candidate for inclusion in the National Equipment Catalog (NEC). This will be accomplished via the awarding of a VA-wide (otherwise referred to as national ) single award Requirements contract.

The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods.

2. REQUIREMENT

This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal (BNOE) which requires the Offeror to indicate that each product is being offered as an equal product to the Steris® ENDOSCOPE DRYING AND STORAGE CABINETS - HORIZONTAL. For each equal product, the Offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The Offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the Offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements.

Contract Line Item#

Brand

Part Number

Description

0001

Steris

DRY1001

ENDODRY ADV CABINET SS OL

0002

Steris

DRY1002

ENDODRY ADV CABINET SS OR

0003

Steris

DRY1003

ENDODRY DSD CABINET SS OL

0004

Steris

DRY1004

ENDODRY DSD CABINET SS OR

0005

Steris

DRY2001

ENDODRY ADV CAB PT OLUL

0006

Steris

DRY2002

ENDODRY ADV CAB PT ORUL

0007

Steris

DRY2003

ENDODRY ADV CAB PT OLUR

0008

Steris

DRY2004

ENDODRY ADV CAB PT ORUR

0009

Steris

28001

MODEL 2-8-001 HU ZERO CHANNEL NO LT

0010

Steris

28010

MODEL 2-8-010 ASSY, HOOK-UP, OLYMPUS

0011

Steris

28030

MODEL 2-8-030 ASSY, HOOKUP, PENTAX-0K

0012

Steris

28030HAN

MODEL 2-8-030HAN ASSY, HOOKUP, PENTAX-OK

0013

Steris

28040

MODEL 2-8-040 ASSY, HKUP STORZ 0K

0014

Steris

28040HAN

MODEL 2-8-040HAN ASSY, HKUP STORZ 0K

0015

Steris

28112

MODEL 2-8-112 ASSY, HOOKUP OLMPUS 1K

0016

Steris

28112HAN

MODEL 2-8-112HAN ASSY, HOOK-UP OLYMPUS 1K

0017

Steris

28210

MODEL 2-8-210 ASSY, HOOK-UP OLYMPUS 2K

0018

Steris

28218

MODEL 2-8-218 ASSY HOOKUP OLY 2K

0019

Steris

28245HAN

MODEL 2-8-245HAN ASSY, HOOKUP, STORZ-2K

0020

Steris

28335HAN

MODEL 2-8-335HAN ASSY, HOOKUP, OLYMPUS

0021

Steris

28437HAN

MODEL 2-8-437HAN ASSY, HOOK-UP, PENTAX

0022

Steris

28537HAN

MODEL 2-8-537HAN ASSY HKUP, PTX90 4K+JET

0023

Steris

28617HAN

MODEL 2-8-617HAN ASSY, HKUP, OLY 2 BIOPSY

0024

Steris

28619

MODEL 2-8-619 ASSY HU 140 W/MH-974

0025

Steris

28711

MODEL 2-8-711 ASSY, HOOKUP, OLYMPUS 5K

0026

Steris

28711HAN

MODEL 2-8-711HAN ASSY, HOOKUP, OLYMPUS-5K

0027

Steris

28718HAN

MODEL 2-8-718HAN ASSY, HOOK-UP, OLY 160/180

0028

Steris

28753

MODEL 2-8-753 ASSEMBLY, HOOKUP, OLY-4K

0029

Steris

28811

MODEL 2-8-811 ASSY HKUP OLY-ECHO+LIFT

0030

Steris

28901

MODEL 2-8-901 KIT TEE/TOE/RUS HU ADV+

0031

Steris

58010

MODEL 5-8-010 ASSY, HOOKUP DBL LT

0032

Steris

58030HAN

MODEL 5-8-030HAN ASSY, HOOKUP

0033

Steris

58040HAN

MODEL 5-8-040HAN ASSY HOOKUP STORZ OK DBL

0034

Steris

58050HAN

MODEL 5-8-050HAN ASSY, HOOKUP, DILATOR

0035

Steris

58112

MODEL 5-8-112 ASSY, HOOKUP 2-SCOPE 1-K

0036

Steris

CAS1000

MODEL CAS-1000 ASSY, CASSETTE, TRANSPORT

0037

Steris

CLM110HU0108

MODEL CLM-110-HU0108 HOOKUP, ADPTR AIR/WTR

0038

Steris

DSD110HU0028

MODEL DSD-110-HU0028 HOOKUP, PENTAX BRONCHO

0039

Steris

DSD110HU0060

MODEL DSD-110-HU0060 HOOKUP, BRONC HOOKUP ASSY

0040

Steris

DSD110HU0101

MODEL DSD-110-HU0101 HOOKUP, OLY CYF ENF HYF

0041

Steris

DSD110HU0102

MODEL DSD-110-HU0102 HOOKUP, OAI LEAK TESTER

0042

Steris

DSD110HU0104

MODEL DSD-110-HU0104 HOOKUP, PENTAX LEAK TEST

0043

Steris

DSD110HU0106

MODEL DSD-110-HU0106 DSD, LEAK TEST STORZ, SM

0044

Steris

DSD110HU0109

MODEL DSD-110-HU0109 HOOKUP, PNTX UNV VID SCOP

0045

Steris

DSD110HU0110

MODEL DSD-110-HU0110 HOOKUP, OLYMPUS LF RANGE

0046

Steris

DSD110HU0112

MODEL DSD-110-HU0112 HOOKUP, OAI AUX WTR

0047

Steris

DSD110HU0143

MODEL DSD-110-HU0143 HOOK-UP, PENTAX

0048

Steris

DSD110HU0144

MODEL DSD-110-HU0144 HOOK-UP, PENTAX

0049

Steris

DSD110HU0156

MODEL DSD-110-HU0156 HOOKUP, OLYMPUS ULTRASOUND

0050

Steris

DSD110HU0162

MODEL DSD-110-HU0162 HOOKUP DSD TO OAI LK-V

0051

Steris

DSD110HU0169

MODEL DSD-110-HU0169 HKUP, OLY GI 140 DUAL

0052

Steris

DSD110HU0171

MODEL DSD-110-HU0171 HOOKUP OLY PED BRONCH

0053

Steris

DSD110HU0188

MODEL DSD-110-HU0188 HOOKUP,190 SERIES W LUER

0054

Steris

DSD110HU0189

MODEL DSD-110-HU0189 HOOKUP,190 SERIES WO AWC

0055

Steris

DSD110HU0190

MODEL DSD-110-HU0190 HOOKUP,190 SERIES W AWC

The Department of Veterans Affairs (VA) is seeking vendors who can provide Steris® Endodry Endoscope Drying and Storage Cabinets - Horizontal or equal as listed above which meet all the following salient characteristics: Vendors may quote any product solution or configuration so long as they meet the salient characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero.

CLIN s 0001- 0008 apply to the following SC s

SC#Â

SALIENT CHARACTERISTICSÂ

METHOD OF EVALUATIONÂ

APPLICABLE CLINS

LOCATION IN TECHNICAL

LITERATURE WHERE SC

IS MET

SC 1

The Endoscope Drying and Storage Cabinet shall be a freestanding cabinet equipped with horizontal storage to promote efficient drying of internal lumens and external surfaces.

Literature Review

0001 - 0008

Â

SC 2

The Endoscope Drying and Storage Cabinet shall provide a continuous flow of instrument-grade compressed air within the cabinet and chamber fans to re-circulate the air.

Literature Review

0001 - 0008

Â

SC 3

The Endoscope Drying and Storage Cabinet shall provide circulation of instrument-grade compressed air through all channels/internal lumens of the flexible endoscopes.

Literature Review

0001 - 0008

Â

SC 4

The Endoscope Drying and Storage Cabinet shall be equipped with an information system/control software, color touch screen display, and barcode scanner.

Literature Review

0001 - 0008

SC 5

The Endoscope Drying and Storage Cabinet shall meet or exceed all current recommendations and guidelines from AAMI (ST91;2021), AORN (2018) and SGNA.

Literature Review

0001 - 0008

SC 6

Minimum one-year warranty for all CLIN items.

0001 - 0008

Vendors may offer any product solution or configuration so long as they meet the salient characteristics. Offeror must describe which original CLINs the alternate product solution or configuration replace. Products offered in the technical volume must be captured on the Vendor s pricing volume (ATTACHMENT A - Price Cost Schedule) of the solicitation. Vendors may offer any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero.

3. INSTALLATION

The ordering facility and the vendor/manufacturer will schedule any offered installation, deinstallation, and disposal. When there is a need to procure these CLINs, the ordering facility will communicate with the vendor on the schedule and delivery times upon receipt of goods based on facility needs. In some instances when installation is not required, the contractor should note if there are instructions for use.

4. TRAINING

The ordering facility and the vendor/manufacturer will schedule any offered training as established by CLIN. If available, training mode of delivery and training schedule will be purchased based on facility needs.

5. MAINTENANCE, REPAIRS AND REPLACEMENT

Instructions and procedures will be provided by the vendor specific to the warranty, maintenance, repairs, and replacement of product and services. At minimum, vendor will propose manufacturer warranty period that may include response time, parts, associated maintenance services and consumables.

6.   PRODUCT REFRESH Â

Product refresh is when a current CLIN is no longer being manufactured due to

obsolescence and the product item is being replaced with a newer, and more often, a

superior version of the same item. The current CLIN product will be revised to reflect the

refreshed product information, manufacturer s part number, IDIQ price (inclusive of

Service Level Agreement (SLA) fee), etc.

The Government reserves the right to not accept the products offered under

product refresh. The contractor will be notified in writing if a product refresh is not

accepted. All products offered shall be provided with the warranty that is agreed upon

for this contract.

The contractor agrees to ensure that all upgraded improved/replaced products

meet American with Disabilities Act (ADA) and Health Information Portability and

Accountability Act (HIPAA) Federal requirements.

The contractor shall provide the COR and CO the following information for product

refresh:

(1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule

(to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA

fee)).

(2) Product literature for the item(s) refreshed.

(3) A detailed description of the differences or benefits of refreshed as compared

to the item(s) being discontinued or added.

(4) Proper identification of any product requirements and/or procedures related to

those product(s) proposed to be refreshed or upgraded.

(5) FDA approval, if applicable

(6) Provide historical sales to VA by item(s), if applicable

(7) Copy of Commercial Warranty.

The request shall be submitted to the COR, copy to the Contract Specialist and Contract Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution.

7. PRODUCT REMOVAL OR RECALL

For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately:

Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible.

Provide copies of the notification to CO, Contracting Specialist, Contracting Officer

Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following:

(1) Complete item description and/or identification, order numbers from

customers and the contract number assigned as a result of an issuance on

the solicitation;

(2) Reasons for modifications, removal or recall; and

(3) Necessary instructions for return for credit, replacement or corrective

action.

A copy of the notification will be provided to:

Manager, Product Recall Office

National Center for Patient Safety

Veterans Health Administration

24 Frank Lloyd Wright Drive, Lobby M

Ann Arbor, MI 48106

The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this Combined Synopsis/Solicitation Notice.

People

Points of Contact

Michael AndrewsContract SpecialistPRIMARY

Files

Files

View
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Oct 16, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: May 1, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 17, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 2, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2025