Description
1. Introduction This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.105. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The Department of Veterans Affairs, VISN 8, intends to solicit quotes 100% set aside for Service‑Disabled Veteran‑Owned Small Businesses (SDVOSBs) . 2. Set‑Aside Determination This procurement is a total SDVOSB set‑aside in accordance with FAR 19.1405. Market research confirms that multiple SDVOSB firms are authorized to distribute the required OEM product. 3. Applicable NAICS Code NAICS: 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing Size Standard: 1,250 Employees This NAICS is covered under the SBA Nonmanufacturer Rule (NMR) Class Waiver , allowing SDVOSBs to supply OEM equipment manufactured by a large business. 4. Description of Requirement (Brand‑Name Only) The Department of Veterans Affairs, Bay Pines VA Healthcare System, requires the STERIS Vision Cart Utensil Washer , including OEM installation, OEM warranty, and removal of the existing unit. This is a brand‑name only procurement because: • The item must interface with existing STERIS infrastructure • Facility workflow and compatibility require OEM alignment • Warranty, installation, and service must be OEM‑supported • Only STERIS (OEM) and its authorized distributors may supply the equipment A complete technical description is included in the attached Statement of Work (SOW). 5. Requirements for Vendor Eligibility The contractor shall provide all labor, materials, equipment, shipping, installation, calibration, and disposal necessary to deliver and install: ITEM 1: Vision Cart Utensil Washer (STERIS OEM) Quantity: 1 Each Manufacturer: STERIS Corporation Type: Brand‑Name Only Includes: • OEM equipment • Removal of existing washer • Installation and setup by OEM‑authorized technician • OEM warranty • Testing, calibration, verification • All required accessories for full operation Full specifications are provided in the Statement of Work (SOW). 6. Evaluation Criteria Award will be made to the Lowest‑Priced Technically Acceptable (LPTA) SDVOSB offeror. Technical Acceptability: Must meet all OEM specifications; must submit proof of authorized reseller status. Price Reasonableness: Evaluated in accordance with FAR 13.106 and FAR 15.404. Pricing will be compared to: OEM's FSS contract pricing (Steris FSS: V797D‑60613, expiring 5/31/2026) Market research Other SDVOSB offers If no SDVOSB quotes are evaluated as technically acceptable or fair and reasonable, the VA reserves the right to cancel the set‑aside and procure via FSS or full and open competition. 7. Delivery Information Delivery Address: Bay Pines VAMC 10000 B…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)