Search Contract Opportunities

Surgical Scrub Dispensing Services - Wilmington VA Medical Center   2

ID: 36C24425Q0572 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Section A: Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ, number 36C24425Q0452. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective 01/17/2025. The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a 100% small business set aside. The Government reserves the right to make split awards as a result of this solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332 Industrial Launders, with a small business size standard of $47 million. The FSC/PSC is S209 - Housekeeping Laundry/Drycleaning. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in 36C24425Q0452. All offerors are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. The contract period of performance (POP) is anticipated to be 07/01/2025 through 06/30/2030. Should issuance of the award occur on a different date, the performance period will be adjusted accordingly. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Section B: Statement of Work The Wilmington Veterans Affairs Medical Center (WVAMC), located at 1601 Kirkwood Highway, Wilmington, DE 19805, has a requirement for a firm fixed price five-year IDIQ contract for automated surgical scrub dispensing machines. See attached Statement of Work (SOW) for complete details. Section C: Price Schedule See attached Price Cost Schedule Place of Performance: Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805 Section D: Evaluation of Quotations The Government will select the quote that represents the best benefit to the Government at a price that can be determined fair and reasonable. Specific information to be included in quotes is detailed below in Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform a Comparative Evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that is most advantageous to the Government. Additional information pertaining to Comparative Evaluation is below: What Comparative Evaluation is: It is a structured, qualitative, decision-making technique for determining the offer most advantageous to the Government by means of pairwise comparison of multiple (n >1) offers or quotes based on a pass/fail basis relative to predetermined evaluation factors It is an assessment of which response is the best as a whole Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen What Comparative Evaluation is not: It does not individually evaluate quote/offers against specified evaluation factors It does not assign a rating using a color, numerical, or other rating methodology Although the process is not prohibited, it does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference It is not a low price technically acceptable (LPTA) or trade-off process Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. All quotes must be submitted by the deadline to be considered for evaluation. The Government reserves the right to not select any quotes for award. Additionally, the Government reserves the right to cancel this solicitation at any time without making award. The Contractor is responsible for all quote preparation costs, which, under no circumstances, will be paid or otherwise provided for by the Government. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Contracting Officer will evaluate quotes for technical factors, price, and past performance. Section E: Clauses and Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Offeror must ensure that proposal is submitted timely to ensure delivery and receipt by the due date and time identified herein. Offer shall be submitted electronically via email only to, stephanie.mcfadden@va.gov. In addition to the requirements of FAR 52.212-1, Offeror SHALL: Complete Provision 52.212-3. Note: An offeror needs only to complete paragraph if the offeror has completed the annual representations and certifications electronically in the System for Award Management database. Otherwise, complete paragraphs (c) through (o) as applicable. Offeror shall complete and submit the price cost schedule (Attachment B). Note that there are five CLINS per ordering period and five ordering periods, for a total of 25 CLINS to be individually priced. (c) Offeror shall submit a capability statement demonstrating their technical capability and ability to meet the full scope (all elements) of the statement of work. (d) Offeror shall submit at least one similarly scoped/relevant past performance reference, including both the reference information and details of the work performance; past performance information shall be recent and relevant work. Offerors may submit more than one past performance reference; doing so further demonstrates the offeror s ability to perform the work. The Contracting Officer may also utilize all available records (e.g. PPIPRS and FAPIIS) as well. A determination of Contractor responsibility will be conducted. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. QUESTIONS Questions in response to this notice shall be submitted via email only to Stephanie McFadden at stephanie.mcfadden@va.gov, no later than 1:00PM, ET, Wednesday, April 30, 2025. Questions may or may not result in an extension of the solicitation. Solicitation 36C24425Q0452 must be included in the subject line of the email. DUE DATE Submission of your response shall be submitted via email only to Stephanie McFadden at stephanie.mcfadden@va.gov, no later than 1:00PM, Friday, May 9, 2025. Solicitation 36C24425Q0452 must be included in the subject line of the email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). The response shall demonstrate the ability to meet the requirements in the solicitation. Specifically, through past performances of providing surgical scrub dispensing services to the VA or other Government agencies. Quotes shall clearly and completely address the technical elements listed in the SOW. Responses to these elements will form the basis of determining the technical acceptability of the quote. A quote may be considered not technically acceptable if inadequate or insufficient information is submitted, which may exclude the quote from further consideration. Government may make award based on the initial quotes received; therefore, an offeror should submit its best pricing with its quote. Pricing submitted in offeror quote shall be listed as five separate line items: one for each ordering period as outlined in SOW. Offerors are hereby advised that any offeror-imposed terms and conditions that deviate from the Government s material terms and conditions established by the solicitation may render the quote unacceptable and, therefore, ineligible for award. The Government intends to issue a single award resulting from this solicitation. ATTACHMENTS See attached document: ATTACHMENT A - SOW Surgical Scrub Dispensing Services. See attached document: ATTACHMENT B Price Cost Schedule. See attached document: ATTACHMENT C Delivery Schedule. See attached document: ATTACHMENT D Contract Clauses. See attached document: ATTACHMENT E Solicitation Provisions. See attached document: ATTACHMENT F SCA WD 2015-4215, Rev 27, dated 12/23/2024. (End of Document)
Background
The Wilmington Veterans Affairs Medical Center (WVAMC) is seeking to establish a firm fixed price five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated surgical scrub dispensing machines. This solicitation is issued as RFQ number 36C24425Q0452 and is a 100% small business set aside.

The goal of the contract is to provide efficient surgical scrub dispensing services to support the operations of the medical center, ensuring that staff have access to necessary scrubs while maintaining proper inventory management.

Work Details
The contractor shall provide all resources necessary to install and maintain three fully automated surgical scrub dispensing machines and two automated return units at the WVAMC. The services include:
- Installation and maintenance of three fully automated surgical scrub dispensing machines and two automated return units.
- Provision of all surgical scrub rentals, including a loss/replacement program, laundering, and restocking of dispensers.
- Each dispensing machine must accommodate up to 280 pieces of surgical scrubs.
- The contractor must track weekly usage of garments via an electronic monitoring system and provide reports upon request.
- The contractor will also be responsible for training staff on the use of the dispensers and ensuring that all equipment operates correctly.

Period of Performance
The anticipated period of performance is from July 1, 2025, through June 30, 2030, with specific annual periods outlined for each year of service.

Place of Performance
Department of Veterans Affairs, Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington, DE 19805.

Overview

Response Deadline
May 9, 2025, 1:00 p.m. EDT Past Due
Posted
April 22, 2025, 10:02 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Department of Veterans Affairs Wilmington 19805
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
80% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 4/22/25 VISN 4 issued Synopsis Solicitation 36C24425Q0572 for Surgical Scrub Dispensing Services - Wilmington VA Medical Center due 5/9/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 812332 (SBA Size Standard $47 Million) and PSC S209.
Primary Contact
Title
Contracting Officer
Name
Stephanie McFadden, Contracting Officer   Profile
Phone
(717) 222-0417

Additional Contacts in Documents

Title Name Email Phone
None Robert Haar Profile robert.haar@va.gov None

Documents

Posted documents for Synopsis Solicitation 36C24425Q0572

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24425Q0572

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C24425Q0572

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C24425Q0572

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24425Q0572

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24425Q0572

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24425Q0572

Experts for Surgical Scrub Dispensing Services - Wilmington VA Medical Center

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 244-NETWORK CONTRACT OFFICE 4 (36C244)
FPDS Organization Code
3600-00244
Source Organization Code
100163848
Last Updated
May 17, 2025
Last Updated By
Stephanie.McFadden@va.gov
Archive Date
May 16, 2025