J045--San-I-Pak Monthly Preventative Maintenance Base plus Four Option Years Tennessee Valley Healthcare Services Veterans Affairs
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.
Revision: 01
Effective Date: 11/15/2024
Acquisition ID# 36C249-26-AP-0483
VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source
Attachment 1: Single Source Justification for SAP under the SAT
DEPARTMENT OF VETERANS AFFAIRS
Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)
Acquisition Plan Action ID: 36C249-26-AP-0483
1. Contracting Activity: Department of Veterans Affairs, Network/Program
Contracting Office 09, locateda t 1639 Medical Center Parkway, Suite 204,
Murfreesboro, TN 37129, in support of VISN 09, Station 626, located at Nashville VA
Medical Center, 1210 24th Avenue South, Nashville, TN 37212.
PR: 626-26-1-4089-0004
2. Brief Description of Supplies/ Services required and the intended
use/Estimated Amount: San-I-Pak Maintenance for Environmental Services
Department with a Base plus Four-Year contract with the base year amount of
$73,298.16 and a contract total including options of $366,490.90.
Base Plus 4 Year Option Contract
Option Year Period of Performance Total
Base 01/01/2026 to 12/31/2026 $73,298.16
Option Year 1 01/01/2027 to 12/31/2027 $73,298.16
Option Year 2 01/01/2028 to 12/31/2028 $73,298.16
Option Year 3 01/01/2029 to 12/31/2029 $73,298.16
Option Year 4 01/01/2030 to 12/31/2030 $73,298.16
Grand Total: $366,490.90
3. Unique characteristics that limit availability to only one source, with the
reason no other supplies or services can be used:
Proprietary letter provided by San-I-Pak Pacific, Inc stating that they are the sole
manufacturer and distributor of the San-I-Pak autoclave sterilizer and all
replacement parts to include the software on the existing San-I-Pak. All service
technicians are factory trained with a rigorous factory training session for four days
and many months onsite field training to learn about the different types of equipment
manufactured by San-I-Pak. When San-I-Pak performs the maintenance on their
equipment, should anything fail within the lifetime warranty guidelines it will be
covered by San-I-Pak.
4. Description of market research conducted and results or statement why it
was not conducted: Published a Request for Information (RFI) on September
10, 2025, aiming to assess the interest and capabilities of Small Businesses,
Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Veteran-
Owned Small Businesses (VOSBs) under NAICS Code 811310. The RFI
specifically sought small business manufacturers or distributors capable of
providing maintenance services that would meet the facility's minimum needs.
Despite the RFI outlining the required maintenance services, no responses were
received from vendors. However, a search conducted through the Small
Business Administration's (SBA) database identified 34 potential SDVOSBs/VOSBs within NAICS Code 811310 that could possibly fulfill this requirement. Reviewing previous purchases in FPDS showed that all contracts have been for San-I-Pak Pacific which is a small business. Contacted San-I-Pak Pacific to see if they have any authorized distributors that are SDVOSB/VOSB and was provided a proprietary letter stating that San-I-Pak Pacific, Inc is the sole manufacturer and authorized supplier of the San-I-Pak autoclave sterilizer system and all replacement parts. This letter has been uploaded into the eCMS briefcase. This will be awarded as a small business set-aside sole source IAW FAR 13.106-1(b)(1)(ii).
5. Contracting Officer's Certification: Purchase is approved in accordance with
FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to
the best of my knowledge and belief.
____________________________
Christina Lawrence
Contracting Officer