Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Effective Date: 01/15/2026
Revision: 03
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01.
This solicitation is set aside for SDVOSB vendors.
The associated North American Industrial Classification System (NAICS) code for this procurement is 332812, with a small business size standard of 600 Employees.
The FSC/PSC is 3426.
The Great Lakes Acquisition Center in Milwaukee, WI, on behalf of the Clement J. Zablocki VA Medical Center is seeking to purchase a Laser Etcher for Surgical Equipment, to include the etching service of approximately 40,000 medical instruments.
All interested companies shall provide quotations for the following Brand Name or Equal Equipment and services:
Supplies/Services
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
NuTrace NUX-20 NG Laser Unit
1
EA
0002
Scanner R+ Healthcare
10
EA
0003
Laser Etching
Batch 40,000
Job
0004
Laser Start Up Training
2
EA
0005
One Year Extended Service Support
1
YR
Statement of Work (SOW)
Instrument Etching, Marking, and Data Integration for Surgical Instruments
Purpose
Per FDA requirements all medical instrumentation is to have uniquely identifiable and traceable markings. The purchase of this equipment will standardize processes between Milwaukee and Green Bay SPS and will allow clearer instrumentation marking. The addition of this equipment will increase patient safety and regulatory compliance.
The purpose of this Statement of Work (SOW) is to provide laser etching, data marking, hardware/software acquisition, onboarding, and support services to facilitate unique instrument identification and tracking. This solution will enhance instrument traceability, safety, and regulatory compliance.
Scope
The contractor shall provide all labor, personnel, supervision, equipment, materials, transportation, and services necessary to etch, mark, and commission up to 40,000 surgical instruments into the Censitrac tracking system. This includes hardware/software products, clinical staff training, data migration/editing, and ongoing support for the covered period.
Requirements & Deliverables
3.1. NuTrace NUX-20 NG Laser System
- Deliver, install, and configure one (1) NuTrace NUX-20 NG laser unit (SKU: NUX-20 NG) with computer/laptop (Windows 10), accessories, Fumex Fume/Odor extractor, laser templates for diverse instrument materials/GS1 codes, safety glasses, electropolishing unit, and proprietary solution.
- Hardware must support laser etching of all common surgical instrument substrates, with appropriate safety controls and ventilation/extraction equipment (per OSHA and VA safety codes).
- Qty: 1
3.2. NuTrace R+ Scanner Suite
- Supply ten (10) NuTrace R+ scanners, capable of reading 2D Data Matrix codes in less than 0.5 seconds per instrument, on any contrast/instrument material or geometry.
- Scanners must feature a durable stainless-steel body, high-resolution camera, and advanced LED illumination for reliable detection down to .010 x .010mm mark sizes.
Qty: 10
3.3. Laser Etching & Data Marking Service
- Provide professional laser marking and commissioning services for up to 40,000 surgical instruments, including:
- Marking with unique device identifiers and GS1 codes, on metals and plastics as required.
- Data optimization and integration into the Censitrac tracking software.
- Validation of mark readability, permanence, and compliance.
Qty: 1 Lot
3.4. Laser Start Up Training
- Provide up to 32 hours of combined online and onsite training, including Laser Institute of America (LIA) certification for two (2) facility staff.
- Includes hands-on marking of facility sample trays, data entry/editing for existing marked instruments, and elimination of duplicates in the database.
- Training shall encompass safety procedures for Class 4 Lasers and proper data management for instrument tracking.
Qty: 1 Training Package
3.5. Service/Maintenance
- One-year service contract for the NuTrace Laser system, including:
- Preventive maintenance (PM), mechanical repairs, coverage of shipping/loaner equipment costs if needed.
- Up to 2 specialists onsite for 3 days/year for troubleshooting or repairs.
Qty: 1 Year
Period of Performance
The period of performance is for one year, not to exceed 12 months, unless otherwise specified in mutually agreed extensions.
Security & Privacy
The contractor shall comply with all VA data privacy/security policies, including handling of PHI and VA sensitive data encountered or managed during execution. All staff working onsite must complete VA-approved privacy and safety training prior to project start.
Acceptance Criteria
- All products delivered must meet the technical specifications.
- All etching, data entry, and mark verification must be completed to manufacturer and facility requirements.
- Successful completion of staff certification and knowledge transfer.
- Completed preventive maintenance and timely support responses per contract terms.
Invoicing & Payment
Payments will be made upon satisfactory receipt of deliverables and submission of itemized invoices referencing contract and line-item numbers.
Place of Performance/Place of Delivery
Address:
Clement J. Zablocki VA Medical Center
5000 West National Ave.
Milwaukee WI
Postal Code:
53295
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.
The following solicitation provisions and clauseS apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-20, Predecessor of Offeror (AUG 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.214-21, Descriptive Literature (APR 2002)
VAAR 852.239-75, Information and Communication Technology Accessibility Notice (FEB 2023)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
End of Addendum to 52.212-1
FAR 52.212-2, Evaluation-Commercial Items (NOV 2021)
FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)
All quotes shall be sent to the Contract Officer Steven MacDonald at steven.macdonald@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12.
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services.
The following are the decision factors:
Technical or Quality
Past Performance
Veteran Involvement
Price
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/.
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services NOV 2023
Addendum to FAR 52.212-4
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018)
VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.239-70, Security Requirements for Information Technology Resources (FEB 2023)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71, Rejected Goods (OCT 2018)
End of Addendum to 52.212-4
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.
Submission of your response shall be received not later than May 13th, 2026 12:00pm.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Steven MacDonald, Contract Officer, GLAC, steven.macdonald@va.gov, 414-844-4882