SUBJECT*
501 Drying Storage Cabinet
GENERAL INFORMATION
CONTRACTING OFFICE’S ZIP CODE*
90815
SOLICITATION NUMBER*
36C26225Q1179
RESPONSE DATE/TIME/ZONE
07-18-2025 10:00 AM PACIFIC TIME, LOS ANGELES, USA
ARCHIVE
30 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
6530
NAICS CODE*
339113
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office 22
4811 Airport Plaza Drive
Suite 600
Long Beach CA 90815
POINT OF CONTACT*
Hestia Sim
Hestia.Sim@va.gov
PLACE OF PERFORMANCE
ADDRESS
Department of Veterans Affairs
VA Albuquerque Healthcare System
Sterile Processing Service
1501 San Pedro Dr SE
Albuquerque NM
POSTAL CODE
87108
COUNTRY
USA
ADDITIONAL INFORMATION
AGENCY’S URL
URL DESCRIPTION
AGENCY CONTACT’S EMAIL ADDRESS
EMAIL DESCRIPTION
DESCRIPTION
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION.
SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published.
The Department of Veterans Affairs (VA) is seeking sources capable of providing the drying storage cabinet equivalent to STERIS AMSCO Model# DCR200101 .
STATEMENT OF WORK
Contract Title: ABQ VA STERILE PROCESSING SERVICE DRYING CABINET PURCHASE
Background: The New Mexico VA Medical Center is requesting to purchase a new Drying Cabinet. The current drying cabinet no longer meets acceptable drying times as it is frequently out of service. The requested cabinet reduces the risk of retained moisture and microbial contamination by providing warm, HEPA-filtered air to the dry medical devices, surgical instruments and equipment. It will increase the drying capacity, ensuring compliance with sterilization standard by keeping instruments completely moisture free before sterilization.
Scope: The contractor is to provide all new equipment. The vendor shall also provide deinstallation of drying cabinet that will be replaced and install new drying cabinet. The vendor shall also provide Total Care Connect as a service coverage.
Specific Tasks:
Deliverables:
Line Item
Description
Qty
UOM
0001
AMSCO Drying Cabinet Model#DCR200101 or equivalent Drying Cabinet
1
EA
0002
AMSCO Drying Cabinet Trim Kit 38In, Set of 2 or equal
1
EA
0003
Installation
1
JB
0004
Deinstall of previous unit
1
JB
0005
Total Care Connect or maintenance service for drying cabinet
1
YR
NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are “or equal”, a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Offeror quotations must demonstrate meeting the salient physical, and functional characteristics included in this solicitation, otherwise, they will be considered non-responsive and not considered for award.
Salient Characteristics
- Must constructed in stainless steel for corrosion resistance and durability.
- Drying cabinet, dimension maximum of 38”W x 31”D x 78”H
- Must work on 120V electricity.
- Pass through style; cabinet must have doors on both sides to provide a barrier between two rooms.
- Must contain a minimum of 18 shelves.
- Each shelf must be able to hold a minimum of 25 lbs.
- Cabinet must contain internal LED lighting.
- Must have stainless steel removeable drip pans.
- Must have adjustable leveling feet.
- Must have a minimum 10” touchscreen to provide clear and intuitive controls for operation and tracking of drying time for each shelf.
- Must have alarms on each level/rack to prevent item to long/unnecessary heat exposure.
- Must have automatic temperature shut off
- Must have the integrity of heat/sensitivity devices with exact digital control.
- Contractor must provide trim kit.
- Contractor must deinstall the old drying storage cabinet.
- Contractor must install the new equipment.
Performance Monitoring:
Product must be new, not refurbished. The requesting service shall ensure the requested service portion of this contract is properly completed.
Security Requirements:
Contractor personnel shall not require access to any government computer systems. Any vendor personnel will be properly supervised and will have no individual access to any secured area.
Place of Performance:
New Mexico VA Health Care System
Raymond G. Murphy VAMC
1501 San Pedro Dr. SE
Albuquerque, NM 87108
Delivery Schedule: Upon award Deliver to:
1501 San Pedro Dr SE
Albuquerque, NM 87108
Warehouse Building 46
De-Installation and Installation Requirements:
G. Murphy VA Medical Center
1501 San Pedro SE,
Bldg.41 Basement Room # BC111
Albuquerque, NM 87108
- Installation must take place during normal business hours.
- All deliverables shall be delivered to the warehouse for tagging. It shall be the contractor’s responsibility to coordinate with SPS leadership and move it to the designated location.
- Upon delivery of the equipment, the contractor shall coordinate with the SPS leadership to schedule installation.
The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required.
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement.
(2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A.
(3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(4) Is your company considered small under the NAICS code identified in this RFI?
(5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW?
(6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available).
(7) If you’re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified.
(8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6?
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
(10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice?
(11) Please indicate whether your product conforms to the requirements of the Buy American Act?
(12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate.
(13) What is estimated life span of your solution? What support/services does that entail?
(14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained.
(15) Does your organization offer a leasing solution? Please elaborate.
(16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s).
(17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract.
(18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(19) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, July 18, 2025, by 10AM Pacific Local Time.
All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.