This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and/or results will be issued to respondents. No solicitation exists. Therefore, do not request a copy of a solicitation.
The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Businesses capable of meeting requirement and salient characteristics below to provide the Philadelphia Veterans Affairs Medical Center with a Tabletop Ultrasonic Unit Cleaner.
Scope of Work
VA Philadelphia Medical Center (VAPHI)
SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR TABLETOP ULTRASONIC UNIT
Background
VAPHI requires a tabletop ultrasonic unit for cleaning of complex surgical instruments to add to the existing two units utilized. Sterile Processing Service (SPS) is undergoing a DI water loop replacement project in May 2026. The current ultrasonics being utilized tie-in to this water system, due to changes incorporated for water testing from AAMI ST-108, VAPHI is looking for a system to fill this operational gap that will not require water hook-ups.
Project Scope
This procurement covers one tabletop ultrasonic unit for cleaning of complex surgical instruments. An ultrasonic irrigator comprises of an entire cleaning system with an open basket and ultrasonic soak with an interior lumen flush system. The unit must meet or exceed the following technical specifications:
The unit has a digital timer
The unit includes three settings:
Normal
Fast
Ultrasonic only
Includes two types of suction distals for dual hook up
The capacity of the ultrasonic must be capable of cleaning at minimum 6 cannulated, 3 Da Vinci robotic instruments, or 20 lb non cannulated stainless steel surgical instruments at one time.
Capable of various instrument sizes (such as):
Small: 1.7 mm to 5 mm in diameter
Medium: 5 mm to 10 mm in diameter
Large: 10 mm to 12 mm in diameter
Six in-line distals and filters
The wash tank and removable lid must be stainless steel
A basket must be included within the ultrasonic unit for cleaning loose instruments
Dimensions: Must meet or be smaller than the below size requirements due to space limitations:
External Width: 33.5 inches
External Depth: 15.1 inches
External Height: 16.7 inches
Chamber Width: 30 inches
Chamber Depth: 8 inches
Chamber Height: 6 inches
Note: The chamber must be capable of cleaning Da Vinci instruments. Failure to meet chamber size requirements will result in the device not being acceptable.
Weight: Must meet or be less than the requirement defined due to need for movability of the unit:
90 lbs (dry and without water)
Utility requirements:
Power: Standard 110/120 VAC, 3 Cycle 50-60Hz
Water: No separate plumbing connections required. The ultrasonic must be capable of connecting to a sink or drain for fill up, or filled up via bottles.
Ventilation: No additional ventilation requirements.
Must include a utility table capable of holding the tabletop unit (both for storage and while it s operating). The table must be stainless steel with locking casters and table guard rails to ensure the ultrasonic unit remains stable.
All accessory components required for the ultrasonic to function upon install must be included in this equipment order. This includes any base consumable items, cables and hoses.
One-year support and preventative maintenance.
Warranty
All equipment procured under this contract will have a minimum one-year warranty for all parts and associated fees (i.e., labor and shipping). One-year support must also include any required Preventative Maintenance requirements to keep the equipment running per the Original Equipment Manufacturer (OEM). Contractor may provide optional add-ons for extended coverage as desired.
Delivery Location
Attn: Biomed
VA Philadelphia Medical Center
3900 Woodland Ave
Philadelphia, PA 19104
Prior to delivery, Contractor shall verify shipment with the Point of Contact (POC). Once confirmed, tracking information, quantity and estimated arrival shall be provided.
The Contractor must comply and provide all necessary verification and information to the VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government.
Delivery Coordination
Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with POC once a ship date is established. The POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the POC. Failure to coordinate shipment with POC, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government.
Installation
Installation services are included under this contract. The installer must coordinate with Biomedical Engineering and must be Field Service certified from the Original Equipment Manufacturer (OEM). Equipment testing must be performed by an authorized installation technician to ensure device functions appropriately and to manufacturer standards prior to release to the VA.
-------------------------------------------------------------------------------------------------------------------------------
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113 - Ultrasonic medical cleaning equipment manufacturing, The Small Business Size Standard for this NAICS code is 800 employees.
Please answer the following questions:
(1) Please indicate the size status and representations of your business in accordance with the NAICS code 339113, 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.)
(2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number.Â
(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?Â
If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.Â
Does your company exceed 500 employeesÂ
Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;Â Â Â
Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;Â Â
Provide the items of a small business
(4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).Â
(5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?Â
(6) Is the item you are supplying made or manufactured in America? This is to ensure compliance with FAR 52.225-1 Buy American-Supplies.
(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.Â
(8) 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.Â
(9) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?Â
(10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.Â
(11) Please provide your UEI number.Â
*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.Â
This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted.
Responses must be received via email to Contract Specialist Theresa Murray at Theresa.Murray@va.gov no later than 4:00 PM Eastern Standard Time on May 19, 2026. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.
All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Â
Â
If a solicitation is issued, information will be posted on SAM.gov web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing via email.
DISCLAIMERÂ Â
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  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.Â