ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Operating Room Boom Mounted Surgical Lights

DEPT OF DEFENSE FA282325Q0063
Response Deadline
Aug 28, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is seeking quotes for the procurement of four Steris HarmonyAIR A-Series surgical operating room lights, including two single-head and two dual-head units, along with installation and de-installation services. This requirement aims to replace outdated surgical lighting systems in Operating Rooms 6 and 7, enhancing surgical capabilities through improved illumination and integration with existing medical systems. The procurement is a total small business set-aside under NAICS code 339112, with a firm-fixed-price contract expected to be awarded based on best value evaluation criteria, including technical capability and price. Interested vendors must submit their quotes by 12:00 PM CST on Thursday, August 28, 2025, and are encouraged to RSVP for a site visit scheduled for August 19, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or JaTyler Gary at jatlyer.gary.1@us.af.mil.

Classification Codes

NAICS Code
339112
Surgical and Medical Instrument Manufacturing
PSC Code
6515
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES

Solicitation Documents

5 Files
Atch. 1- Solicitation - FA282325Q0063.pdf
PDF2180 KBAug 12, 2025
AI Summary
This government Request for Quote (RFQ) (FA282325Q0063) from the Air Force Test Center at Eglin AFB, Florida, seeks four Steris Harmony AIR A-Series surgical operating room lights—two single-head and two dual-head units—including installation and de-installation. This is a 100% Small Business set-aside under FAR Part 12 and 13, with a NAICS code of 339113 (Surgical Appliance and Supplies Manufacturing) and a 1000-employee size standard. The contract will be a firm-fixed-price purchase order. Key terms include electronic invoicing via Wide Area WorkFlow (WAWF) and compliance with various FAR and DFARS clauses concerning unique item identification, contractor ethics, labor standards, and prohibition on specific foreign procurements and hazardous materials. An ombudsman is available for concerns. The solicitation includes attachments for proposal submission, statement of objectives, requirements, salient characteristics, and submission requirements.
Atch. 2- Statement of Objectives.pdf
PDF154 KBAug 12, 2025
AI Summary
This government Statement of Objectives (SOO) outlines the requirement to replace outdated ceiling-mounted surgical lights in Operating Rooms 6 and 7 at Eglin Air Force Base Hospital. The project aims to install new Steris HarmonyAir surgical lighting systems, or equivalent, to enhance surgical capabilities with improved shadow control, color rendering, and integration with video/imaging systems. The contractor is responsible for deinstallation, installation, testing, commissioning, and providing user training. A key objective is to reuse existing mounting infrastructure to minimize construction, disruption to sterile environments, costs, and downtime. All work must comply with hospital standards, including Interim Life Safety Measures (ILSM) and Infection Control Risk Assessment (ICRA) protocols. The project's deliverables include site assessments, removal of old systems, installation and testing documentation, commissioning reports, and staff training. The work must be completed within 120 days from the Notice to Proceed.
Atch. 3- Requirements List.pdf
PDF136 KBAug 12, 2025
AI Summary
The RFQ FA2823-25-Q-0063 outlines requirements for boom-mounted surgical lights, detailing specifications for mounting, illumination, color accuracy, sterility, and LED light sources. Key requirements include a ceiling-mounted system with 360° rotation, minimum 160,000 lux illumination with shadow reduction, adjustable color temperature (3,500 K to 5,000 K) and a CRI ≥ 95. The lights must have a smooth, sealed housing (IP54 or higher), high-efficiency LEDs with a 40,000-hour lifespan, and integrated cooling. Certifications such as FDA 510(k), UL/ETL, and compliance with IEC 60601-2-41 are mandatory. The vendor is responsible for installation and de-installation of existing lights, with the government handling disposal. A minimum 1-year OEM warranty and U.S.-based service and support are required, along with provision of maintenance manuals.
Atch. 4- Salient Characteristics.pdf
PDF155 KBAug 12, 2025
AI Summary
The RFQ-FA2823-25-Q-0063 document outlines the salient characteristics for two surgical light setups, each including one boom with a single light head and another boom with a dual light head. Key requirements include adjustable illumination intensity (ranging from 45 klx to 160 klx) with smooth, incremental adjustments, and an adjustable light field diameter. The lights must minimize shadows and allow for precise light head positioning with 360-degree rotation, a tilt range of at least +/- 45 degrees, and stable, counterbalanced arm systems. The control panel must be intuitive, easy to use, clearly labeled, and backlit for visibility in a darkened operating room. These specifications are crucial for meeting surgical demands, ensuring efficient and safe operations, and maintaining high standards in medical lighting.
Atch. 5- Submission Requirements.pdf
PDF141 KBAug 12, 2025
AI Summary
RFQ FA2823-25-Q-0063 outlines submission requirements for a firm-fixed price quote for boom-mounted lights, including installation and de-installation services. This solicitation is a total set-aside for small business concerns under NAICS 339112, meaning only quotes from small businesses will be considered. Offerors must provide detailed company information, contract specifics, payment terms, performance dates, and electronic invoicing capability. A key requirement is current registration with the System for Award Management (SAM) to be eligible for award. The document emphasizes the importance of providing a complete and accurate quote, as failure to do so will result in disqualification.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 12, 2025
deadlineResponse DeadlineAug 28, 2025
expiryArchive DateSep 12, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2823 AFTC PZIO

Point of Contact

Name
Wilma “Kat” Snider

Place of Performance

N PALM BEACH, Florida, UNITED STATES

Official Sources