AMSCO 705HP Washer/Disinfector
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 Department of Veterans Affairs (VA), specifically the NETWORK CONTRACT OFFICE 15 (36C255), is soliciting proposals for the provision and on-site installation of AMSCO 7053HP Washer Disinfectors and associated equipment at the Kansas City VA Medical Center, MO. This Unrestricted acquisition aims to support the Sterile Processing Service (SPS) department for medical procedures and surgeries. Proposals are due May 05, 2026, by 11:00 AM CT.
Scope of Work
The contractor will furnish and install four (4) AMSCO™ 7053HP Washer Disinfectors, four (4) SCS Conveyors, one (1) SCS Return Door, four RAS Cycles for 7053HP, and two (2) RAS 12 Long Racks. This includes comprehensive training for clinical staff (initial and annual retraining), removal and disposal of all debris and packing materials, and full-service maintenance through a service agreement post-installation. The equipment will serve the OR Surgical Suites, Cath Lab, Dental Clinic, Eye Clinic, and Podiatry Clinic.
Key Requirements
Equipment must meet specific operational dimensions and utility requirements, including plumbing, electrical (460-480V, 3Ph, 60Hz), Med Gas-Air, and CAT 6 connectivity. It must support steam heated cycles, provide Robotic Assisted Surgery Instrument thermal disinfection capabilities, and integrate with the Censitrac Instrument Tracking System. Compliance with AAMI Standards ST79-2017 & 2020 is mandatory. The contractor must conduct site visits to verify conditions before proposal submission. Maintenance includes a 4-hour emergency response, a temporary solution within 24 hours, and a permanent solution within 5 days for equipment failures. All work must comply with local, State, and Federal safety regulations, including OSHA, NFPA, and VA Design Guide Manuals.
Contract Details & Timeline
- Contract Type: Firm Fixed Price, FOB Destination.
- Set-Aside: Unrestricted.
- Period of Performance: Delivery is required 90 days after receipt of order.
- Proposal Due Date: May 05, 2026, 11:00 AM CT.
- Published Date: April 24, 2026.
Submission Instructions
Offers must be submitted electronically via email to Jonathan.lutmer@va.gov. Submissions require two parts: a Priced Response (Signed SF 1449, Section B.1, Section B.4, detailed quote, and Authorized Distributor letter from OEM) and a Non-Priced Response (Technical capabilities statement and past performance data). Evaluation will prioritize Technical Capability and Past Performance over Price. The government intends to award without discussions. Offerors must be registered in SAM and provide an Authorized Distributor Letter from the OEM. Questions are due by April 29, 2026.
Contact Information
Primary Point of Contact: Jon Lutmer, Jonathan.lutmer@va.gov, 913-946-1118.