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
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.
    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.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.
    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 proposals for Mobile MRI Services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement, valued at approximately $19 million, is set as a total small business set-aside specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a one-year base period with an option for an additional year. The contractor will be responsible for providing all necessary management, labor, equipment, and supplies, ensuring compliance with stringent safety and quality standards, including maintaining a minimum 95% operational uptime of the MRI equipment. Interested parties must submit their proposals by September 30, 2024, at 11:00 AM Central Time, and can contact Carrie A. Deswarte at carrie.deswarte@va.gov for further information.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.
    J041--586-Medical Air/Vacuum-Repair/Maintenance/Inspection Services for the G.V. Sonny Montgomery VA Medical Center, Jackson MS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Medical Air/Vacuum Repair, Maintenance, and Inspection Services for the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The primary objective of this procurement is to ensure compliance with regulatory standards through necessary inspections, repairs, and preventive maintenance of the facility's medical air and vacuum systems. This contract is crucial for maintaining high standards in patient care by ensuring the reliability of essential medical systems within the facility. Interested bidders must submit their proposals by September 20, 2024, at 3 PM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information. The total award amount for this contract is projected to be $12.5 million, with a base year and four optional extensions.
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.