MRI Coach Maintenance- Beaufort, SC
ID: HT940624Q0073Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors for the maintenance and repair of an MRI Coach located at the Naval Medical Readiness and Training Command in Beaufort, South Carolina. The procurement involves comprehensive services, including HVAC and chiller maintenance, preventive upkeep, and repair work, which are to be conducted quarterly and bi-annually to ensure the operational integrity of the medical equipment. This contract is critical for maintaining the functionality of essential medical services, with a fixed-price structure extending over a base year and four optional years. Quotations are due by September 17, 2024, and interested parties should contact Erin Biser at erin.l.biser.civ@health.mil or Mary Shifflett at mary.e.shifflett2.civ@health.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document encompasses a federal Request for Quotation (RFQ) HT940624Q0073 for commercial services related to the maintenance and repairs of an MRI Coach utilized at the Naval Medical Readiness and Training Command in Beaufort, SC. The RFQ outlines the services required, which include HVAC and chiller services, preventive maintenance, and repair work, to be performed quarterly and bi-annually. The proposal deadlines are established, with quotations due by 17 September 2024. Offerors must detail their ability to meet the requirements and may be evaluated on price and technical capability, specifically addressing the provision of appropriate services and necessary certifications such as EPA and Lift Gate certifications. The contract is structured as a fixed-price agreement, extending over a base year plus four optional years. Offerors are reminded to comply with federal regulations, including registration in the System for Award Management (SAM). The overall aim is to secure a contractor who can reliably ensure the operational integrity and serviceability of the medical equipment while adhering to government standards and protocols during contract execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    Leica and Sakura Finetek Corrective and Preventative Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for corrective and preventative maintenance services for government-owned Leica and Sakura Finetek laboratory equipment at Naval Hospital Jacksonville, Florida. The contractor will be responsible for providing both preventive maintenance, including scheduled inspections every six months or annually, and corrective maintenance to restore equipment to original specifications following any reported failures. This maintenance is crucial for ensuring the operational readiness of medical devices used in clinical diagnostics, thereby supporting military healthcare services. Interested small businesses must submit their proposals by the specified deadline, with the contract set to begin on September 1, 2024, for a base period of one year, followed by two optional years. For further inquiries, potential bidders can contact Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
    One-Time Corrective Maintenance of one (1) Acutemp Thermal Pallette Refrigeration System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source service contract to CSafe Global for the one-time corrective maintenance of an Acutemp Thermal Pallette Refrigeration System at the Naval Medical Center San Diego (NMCSD). This contract aims to ensure the reliable operation of the refrigeration system in accordance with manufacturer specifications, following the guidelines set forth by the Federal Acquisition Regulation (FAR) for sole source procurement. The maintenance services are scheduled to take place from September 30, 2024, to October 30, 2024, with interested vendors required to submit capability statements by September 16, 2024, to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil. No competitive proposals will be accepted, and all inquiries must be submitted via email.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide mobile MRI services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The contractor will be responsible for delivering all necessary management, labor, equipment, and supplies, including a mobile MRI unit, while ensuring compliance with safety and quality standards. This procurement is particularly significant as it aims to enhance healthcare services for veterans, with a contract value of approximately $19 million for a one-year base period, plus an option for an additional year. Interested parties should contact Carrie A. Deswarte at carrie.deswarte@va.gov for further details, with the anticipated period of performance starting on October 1, 2024.
    STRYKER MULTI-SERVICE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is conducting a market survey to identify qualified firms capable of providing multi-service maintenance for Stryker medical equipment across various Navy installations. The procurement involves maintenance services for 26 Stryker gurneys, 11 Powerload systems, 20 Stair-PRO chairs, and 16 LUCAS3 chest compression devices, all of which must adhere to National Fire Protection Association standards and Stryker manufacturer's guidelines to ensure operational readiness and compliance. This initiative is critical for maintaining the safety and effectiveness of emergency medical services within the Navy's response framework. Interested parties should submit a Statement of Capability by September 17, 2022, to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil, and include relevant business information and past performance details.
    Cooling Tower and Chiller Maintenance and Eddy Current Testing Services_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Cooling Tower and Chiller Maintenance and Eddy Current Testing Services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement involves providing non-personal services essential for maintaining the operational efficiency of cooling systems, which are critical for supporting the East Coast Marine training mission. Interested contractors must adhere to the guidelines outlined in the Request for Proposal (RFP), which includes firm-fixed-price and indefinite quantity services, with proposals due by October 4, 2024. For further inquiries, potential offerors can contact Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or by phone at 843-228-3982.
    Maintenance and Repair Services of Class III Training Support Equipment, Dam Neck Annex, Virginia Beach, Virginia
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for maintenance and repair services of Class III Training Support equipment located at Dam Neck Annex in Virginia Beach, Virginia. This procurement aims to ensure the operational readiness and functionality of critical training support equipment in the Hampton Roads Area. The services are vital for maintaining the equipment used in military training exercises, thereby supporting the overall mission of the Navy. Interested contractors should note that the proposal due date has been extended to September 17, 2024, and must acknowledge receipt of Amendment 0002 to avoid rejection of their offers. For further inquiries, contact Christine Briggs at christine.t.liesener.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil.
    Lease of MRI Equipment and Modular Building
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to lease a 1.5 Tesla MRI scanning system and a modular building for the Fort Harrison VA Medical Center in Montana. The procurement aims to enhance healthcare services for veterans by providing advanced imaging capabilities and ensuring the equipment meets specific technical and operational requirements, including a commitment to 95% uptime and compliance with safety standards. The contract will cover a base year with four optional renewal years, and interested parties must contact Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 for further details, including participation in a site visit scheduled for September 10th at 10 AM.
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for three Analyst Workstations capable of MRI 3D imaging, under Solicitation ID 12170037. These workstations must meet advanced specifications, including an Intel i9 processor, Nvidia RTX graphics card, and substantial memory, to support critical imaging tasks in a medical environment. This procurement emphasizes the government's commitment to small business participation, as it is set aside for total small business competition, with proposals due by September 24, 2024. Interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or call 907-201-0308 for further details.