CensiTrac Sterile Processing Services Instrument Tracking Systems (ITS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Technology Acquisition Center NJ, intends to award a sole source Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to Censis Technologies, Inc. for CensiTrac Sterile Processing Services (SPS) Instrument Tracking Systems (ITS). This acquisition aims to implement and sustain the CensiTrac software and associated services at Veterans Health Administration (VHA) Medical Centers nationwide. While the intent is sole source, firms believing they can meet the requirements may submit written notification with supporting evidence, including an Original Equipment Manufacturer (OEM) letter confirming authorized service. Responses are due by February 3, 2026, at 10 AM EST.
Scope of Work
This requirement is for the purchase, installation, and sustainment of the brand name CensiTrac SPS ITS. The system will improve the tracking, cleaning, sterilization processing, and distribution of Reusable Medical Equipment (RME) throughout VHA facilities. Key requirements include:
- Project management for the IDIQ contract.
- Purchase, installation, configuration, testing, and training for CensiTrac hardware and software.
- Disaster Recovery (DR) capability and integration with existing VA systems.
- Compliance with VA and NIST cybersecurity and privacy directives (e.g., Zero Trust, FICAM, IPv6, TIC).
- Management of the lifecycle of surgical instruments, ensuring safety and efficiency.
- Real-Time Locating System (RTLS) integration readiness.
- Delivery of various technical data, manuals, and reports.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ). Task Orders will be FFP.
- Ordering Period: Three years (1-year base, 2 optional 1-year periods), from February 28, 2026, to February 27, 2029. Orders may extend five years beyond the ordering period.
- Set-Aside: Unrestricted (Not set-aside for small business concerns).
- NAICS: 513210 (Software Publishers) with a $47.0 Million size standard.
- Product Service Code: DA10 (Support Services, SaaS or Subscription).
Submission & Evaluation
This is a combined synopsis/solicitation and a notice of intent to award a sole source contract. Firms that believe they can meet the requirements must provide written notification and supporting evidence, including an OEM letter stating they are an authorized service vendor per VAAR Clause 852.212-71(c). Responses will be evaluated, but the Government retains discretion not to compete the procurement. Proposals, if submitted to challenge the sole source, should include information required by FAR 52.212-1 and 52.212-3, including UEI, CAGE code, company name, and point of contact.
Additional Notes
The sole source justification cites 41 U.S.C. 3304(a)(1) as implemented by FAR Subpart 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Censis Technologies, Inc. holds proprietary rights to the CensiTrac software, which is currently installed in all 186 VHA facilities. Switching to another solution would introduce non-standardization, integration issues, increased training burdens, and hinder enterprise-wide reporting. Censis is identified as the only source with proprietary access and certified personnel. Market research did not yield other sources capable of meeting requirements without significant disruption.