Surgical Sterilizer
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 Defense Health Agency Contracting Activity (DHACA), on behalf of the Army Program Executive Office (PEO) Soldier, Soldier Medical Devices (SMD) Project Management Office (PMO), is issuing a Request for Quotation (RFQ) for Surgical Sterilizer Test Articles. This acquisition is for commercial products or services and is not set-aside for small business concerns. The primary place of performance is Frederick, MD. Quotes are due by May 18, 2026, at 2:00 PM Local Time.
Scope of Work
This requirement is for Surgical Sterilizer Test Articles and includes Onsite In-Person Training. Key specifications are detailed in the "Critical Operational Device Specifications (CODS)", "Critical Logistical Specifications (CLS)", and "Additional Performance Parameter (APPs)" attachment. These include FDA 510(k) approval, specific chamber dimensions, operating/sterilization temperature ranges, TAA compliance, and a 1-year manufacturer warranty. Desired parameters include 5-year device support and DLA ECAT listing.
Contract Details
The government intends to award one Firm-Fixed-Price purchase order for four (4) surgical sterilizers, with options for three (3) additional units. Following initial testing, there is a potential for a separate sole source procurement of up to 711 Surgical Sterilizers over five (5) years. Delivery is required within 120-150 days after award.
Submission & Evaluation
Quotes must be submitted via email to jamie.l.diggs.civ@health.mil and shannon.p.lertora.civ@health.mil as Microsoft Word, Excel, or Adobe PDF attachments. Questions concerning the RFQ are due by April 30, 2026, at 4:00 PM Local Time. Award will be made on a competitive best value basis, considering price and non-price factors. Evaluation factors, in descending order of importance, are:
- Technical Capabilities/Specifications (based on CODS, CLS, APPs)
- Risk Management Framework (based on Medical Device and Equipment Risk Assessment - MDERA)
- Past Performance (recent, relevant contracts within three years)
- Price (reasonableness and completeness)
Offerors must be registered in the System for Award Management (SAM) database at the time of award. A mandatory Medical Device and Equipment Risk Assessment (MDERA) Questionnaire must be completed by vendors to ensure cybersecurity compliance.
Key Attachments
- CODS/CLS/APPs: Detailed technical and logistical requirements.
- MDERA: Mandatory cybersecurity risk assessment questionnaire.
- Hardware/Software Import Template: For eMASS system data entry.
- Sample Topology Diagram: Reference for network architecture compliance.
- Rating Standards & Standard Definitions: Outlines evaluation criteria.