Acquisition Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.
This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07.
The North American Industry Classification System (NAICS) code for this procurement is: 339113 - SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING
The Solicitation number is RFQ-CC-25-007575 and the solicitation is issued as a Request for Quotes (RFQ). This requirement shall be competed with a Brand Name restriction for a certain brand name product.
The NIH Clinical Center Sterile Processing Service is requesting the purchase of EndoDry Cabinets to support safe storage of endoscopes by protecting them from damage and contamination in a controlled environment. Reducing endoscope damage and improving the storage conditions leads to cost savings due to repairs and replacements of damaged scopes which happens when scopes are handled frequently between patient use. Additionally, this process is best practice when turning over scopes in-between patients. In July 2017, the NIH Clinical Center contracted an independent company to review all HLD and sterilization of medical equipment related to patient care in the hospital. After completion of the review, the decision was made to centralize all HLD and sterilization to a single location. This centralization created the consolidation of scopes from all departments that use flexible scopes. The sterile processing section opened in January of 2024 and has since stored over 100 scopes in hepa filter cabinets, however those cabinets do no provide continuous air within the internal channels of the endoscopes. To adhere to industry standards and provide best practice the department installed instrument air in anticipation of the purchase of EndoDry cabinets to support the drying and storage of flexible scopes within the internal channels of the lumen scopes.
Requirement:
See Statement of Work/Bill of Materials documents.
Justification:
This will be a Brand Name restricted requirement for Steris branded EndoDry cabinets.
The NIH Nursing Department currently owns some of these cabinets which is not enough to support the entire fleet of scopes. The first cabinet was purchased back in 2019. In 2025 the department was then renovated to support 5 additional scope drying cabinets as these cabinets are considered best practice for drying and storage of flexible endoscopes. Compatibility with existing units is a must. There is no other cabinet on the market that meets the qualifications for the requirement.
Steris has been the only company found that manufactures a drying cabinet that uses instrument air. Furthermore, each drawer within the cabinet can be set with an expiration date as to when the scope should be removed and reprocessed. The NIH department is already outfitted with additional instrument air outlets as well as required power to support the purchase of additional units. Purchasing a different cabinet will not meet the requirements for install as well as the requirements for storage of the scopes with continuous instrument air-drying support. Furthermore, no other scope drying cabinet was found to be as robust as the EndoDry cabinet from Steris. Government funds would be wasted if any other cabinet was purchased. This would require additional construction prep as well as purchasing different supplies to support the transfer and storage of scopes.
Place of Performance or Delivery:
Period of Performance: 9/29/2025 – 9/28/2026
Delivery to be coordinated with the Program managers
Place of Performance: NIH Clinical Center in Bethesda, MD
_________________________________________________________________________________________________________
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)
FAR 52.204-7 System for Award Management (OCT 2018)
(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
_________________________________________________________________________________________________________
The government intends to award a “firm fixed price” order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on factors including but not limited to the technical capability to meet the requirements/technical factors, price, and past performance. For this solicitation, price will be a factor in the selection, but technical factors shall be just as important or more important than price.
Submission shall be received not later than 09/26/2025 @ 4:00 PM EST..
Offers may be emailed to Lu Chang at <lu-chang.lu@nih.gov> by the date and time stated above.
Offers shall include RFQ number in the subject line (RFQ-CC-25-007575). Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above.