MODIFICATION
J -- San-I-Pak Monthly Preventative Maintenance Base plus Four Option Years Tennessee Valley Healthcare Services Veterans Affairs
- Notice Date
- 11/7/2025 8:51:31 AM
- Notice Type
- Justification
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24925Q0460
- Archive Date
- 01/06/2026
- Point of Contact
- Dawn Collins, Contract Specialist, Phone: 423-979-3640
- E-Mail Address
-
Dawn.Collins@va.gov
(Dawn.Collins@va.gov)
- Award Number
- 36C24926C0009
- Award Date
- 10/30/2025
- Awardee
- SAN-I-PAK PACIFIC, INC. TRACY 95304
- Award Amount
- 366490.80000000
- Description
- Revision: 01 Effective Date: 11/15/2024 Acquisition ID# 36C249-26-AP-0483 VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source Attachment 1: Single Source Justification for SAP under the SAT DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C249-26-AP-0483 1. Contracting Activity: Department of Veterans Affairs, Network/Program Contracting Office 09, locateda t 1639 Medical Center Parkway, Suite 204, Murfreesboro, TN 37129, in support of VISN 09, Station 626, located at Nashville VA Medical Center, 1210 24th Avenue South, Nashville, TN 37212. PR: 626-26-1-4089-0004 2. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: San-I-Pak Maintenance for Environmental Services Department with a Base plus Four-Year contract with the base year amount of $73,298.16 and a contract total including options of $366,490.90. Base Plus 4 Year Option Contract Option Year Period of Performance Total Base 01/01/2026 to 12/31/2026 $73,298.16 Option Year 1 01/01/2027 to 12/31/2027 $73,298.16 Option Year 2 01/01/2028 to 12/31/2028 $73,298.16 Option Year 3 01/01/2029 to 12/31/2029 $73,298.16 Option Year 4 01/01/2030 to 12/31/2030 $73,298.16 Grand Total: $366,490.90 3. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Proprietary letter provided by San-I-Pak Pacific, Inc stating that they are the sole manufacturer and distributor of the San-I-Pak autoclave sterilizer and all replacement parts to include the software on the existing San-I-Pak. All service technicians are factory trained with a rigorous factory training session for four days and many months onsite field training to learn about the different types of equipment manufactured by San-I-Pak. When San-I-Pak performs the maintenance on their equipment, should anything fail within the lifetime warranty guidelines it will be covered by San-I-Pak. 4. Description of market research conducted and results or statement why it was not conducted: Published a Request for Information (RFI) on September 10, 2025, aiming to assess the interest and capabilities of Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Veteran- Owned Small Businesses (VOSBs) under NAICS Code 811310. The RFI specifically sought small business manufacturers or distributors capable of providing maintenance services that would meet the facility's minimum needs. Despite the RFI outlining the required maintenance services, no responses were received from vendors. However, a search conducted through the Small Business Administration's (SBA) database identified 34 potential SDVOSBs/VOSBs within NAICS Code 811310 that could possibly fulfill this requirement. Reviewing previous purchases in FPDS showed that all contracts have been for San-I-Pak Pacific which is a small business. Contacted San-I-Pak Pacific to see if they have any authorized distributors that are SDVOSB/VOSB and was provided a proprietary letter stating that San-I-Pak Pacific, Inc is the sole manufacturer and authorized supplier of the San-I-Pak autoclave sterilizer system and all replacement parts. This letter has been uploaded into the eCMS briefcase. This will be awarded as a small business set-aside sole source IAW FAR 13.106-1(b)(1)(ii). 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ Christina Lawrence Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bfe5dccb9f9c4960a04744efb63d5e12/view)
- Record
- SN07638144-F 20251109/251107230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |