Medical Equipment Calibration
ID: W912JD26QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NC USPFO ACTIVITY ME ARNGAUGUSTA, ME, 04333-0032, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide medical equipment calibration services for the Maine Army National Guard (MEARNG). The contract entails the service, refurbishment, calibration, and updating of 75 pieces of medical and dental equipment, which are critical for training and operational readiness. This non-personal service contract is set aside for small businesses, with a total funding amount of up to $34 million, and the period of performance is expected to last 30 days from the contract award, anticipated around January 16, 2026. Interested vendors must submit their quotes electronically by January 9, 2026, and can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.

    Files
    Title
    Posted
    The document details the verification and certification process for a MedSystem III® Infusion System, model 2865B, with serial number 14991943. It includes an inspection sheet outlining various tests performed on the infusion pump, such as air-in line, alarm circuit, display function, electrical safety, and battery tests, all of which passed. The inspection was conducted on September 28, 2020, by technician B. Ahmadzadeh. The file also lists test, measurement, and diagnostic equipment used, along with their calibration due dates. An accessories list for the infusion pump is provided, including an AC adapter, quick reference guide, and literature CD. The document also provides web links for equipment literature and support plans, emphasizing their availability to military personnel.
    This government file details the test report and quality assurance checklist for a Hamilton Medical T-1 Portable Ventilator, serial number 511254, manufactured by Hamilton Medical AG. The document, dated October 4, 2021, confirms the equipment underwent verification and certification, including operational checks, electrical safety, and calibration according to manufacturer specifications. It lists various test, measurement, and diagnostic equipment used, such as gas flow analyzers and multimeters, along with their calibration due dates. The report includes sections on device information, component replacement tasks, visual inspections, service software checks, and system tests. It emphasizes not putting the ventilator into service if any tests fail and provides references to the HAMILTON-T1 Service Manual for detailed procedures. The document concludes with a declaration of calibrations and tests performed by technician Kevin Craig, highlighting the comprehensive servicing by the USAMMA Medical Maintenance Operations Division.
    The document details the PROPAQ MD Monitor/Defibrillator, a medical device manufactured by ZOLL Medical Corporation. It specifies that the device is for prescription use only, has a maximum energy output of 200J, and weighs 5.3 kg. The document lists numerous U.S. patents covering the device itself and its capnography component, as well as additional patents for Masimo technology. It also includes international certifications and identifiers such as EC REP, IP55, TÜV Rheinland, S/N, GTIN, GIAI, UID, FCC ID, and IC information. The overall purpose of this document appears to be a product label or specification sheet, providing essential regulatory, technical, and intellectual property details for the PROPAQ MD Monitor/Defibrillator.
    The provided file,
    The document details the specifications, accessories, and inspection sheet for the IMPACT Series Model 326/326M Portable Continuous & Intermittent Suction System. Key specifications include a continuous vacuum range of 0-550 mmHg, intermittent range of 0-200 mmHg, and a free airflow of 30 LPM. It operates on various power sources (115/230 VAC, 12 VDC, 11-30 VDC, and internal battery) with a 2-hour minimum operating time. The system features a digital vacuum gauge, multiple controls for vacuum adjustment and suction intervals, and a 1-year limited warranty. Accessories for Model 326 and 326M are listed, including hoses, power cables, and collection canisters. The inspection sheet outlines procedures for visual, operational, electrical safety, and battery tests, along with calibration and airflow checks, ensuring the device meets performance standards for medical equipment, specifically NSN: 6515-01-435-0050.
    This government file details the verification and certification of a Welch Allyn SureTemp Plus 692 Thermometer. The document, identified by I.D. number 084098 and serial number 09311441, confirms its compliance with AR40-61 authority. The thermometer underwent a Level I inspection with a frequency of 4, showing a last completion date of August 2013 and a due date of July 2014. A Quality Assurance Checklist from August 10, 2020, confirms the equipment passed checks for cleanliness, appearance, operational status, calibration/verification, electrical safety, and proper packing, with tests performed according to manufacturer specifications. The Medical Maintenance Operations Division serviced the equipment, emphasizing customer satisfaction and providing contact information for feedback.
    This government file details the comprehensive maintenance and certification of a ZOLL M Series CCT Defibrillator, Monitor, and Recorder (NSN: 6515-01-505-4197). The document includes a
    This document is a list of medical equipment, likely part of an inventory or procurement record for a government entity. It details various medical devices, including defibrillator/monitor systems, thermometers, IV infusion pumps, suction apparatus, and portable volume ventilators. For each item, the file specifies the manufacturer, model, part number, Cage Code, Nomenclature, National Stock Number, and individual serial number. The manufacturers listed are Zoll, WelchAllyn, Carefusion, Impact, and Hamilton. The consistent format and detailed identification suggest its use in managing and tracking medical assets for federal, state, or local government healthcare initiatives or disaster preparedness programs.
    The Maine Army National Guard (MEARNG) requires a contractor to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. This Performance Work Statement (PWS) outlines a non-personal service contract for preventative maintenance, calibration, refurbishment, and updates. The contract has a 30-day period of performance, with services to be conducted on-site at Building 100, Aviation Readiness Center, 92 Hayes Street, Bangor, ME, Monday through Friday, 0800-1600, excluding federal holidays. Key requirements include inspection and testing, calibration, corrective maintenance, and detailed documentation of all services. The contractor is responsible for providing all necessary personnel, equipment, tools, and materials, while adhering to strict quality control, security, and training mandates, including AT Level 1 and OPSEC training. The government will provide utilities and conduct quality assurance to ensure compliance with performance standards.
    This government solicitation (W912JD26QA004) is an RFP for Women-Owned Small Businesses (WOSB) to provide medical equipment calibration, inspection, testing, maintenance, and repair services for the Maine Army National Guard (MEARNG). The contract, valued at up to $34,000,000, covers 75 pieces of medical equipment with a performance period from February 23-27, 2026. Bidders must submit quotes electronically by January 9, 2026, at 3:00 PM local time. Evaluation factors include technical capability (ISO/IEC 17025 accreditation or stated calibration traceability), price, and past performance. The solicitation includes various FAR and DFARS clauses, with specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF) and outlines an agency protest program for dispute resolution. Questions are due by December 29, 2025.
    Amendment 0001 to Solicitation W912JD26QA004 serves to address questions from interested parties regarding the initial solicitation. The amendment clarifies that the solicitation due date and the date for submitting questions are not extended. It also provides responses to a specific question concerning the provision of calibration certificates, specification sheets, manuals, or clear pictures for various medical units. The government has responded by attaching requested packets and images for units such as SureTamp Plus, Carefusion Medsystem III, Suction 326M, Zoll M series CCT, Hamilton T1, and PROPAQ. All other terms and conditions of the original solicitation remain unchanged.
    This document, Wage Determination No. 2015-4001, Revision No. 31, outlines the minimum wage rates and fringe benefits for service contract employees in Penobscot County, Maine, effective August 5, 2025. It details hourly wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates, with annual adjustments. The determination specifies rates for numerous occupations across administrative, automotive, food service, health, information technology, and other fields. It also details health and welfare benefits, vacation accrual, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is outlined for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Annual Preventative Maintenance Laboratory Equipment
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Yuma Proving Ground, is seeking information from qualified vendors for annual preventative maintenance and repair services for laboratory equipment at the US Army Yuma Proving Ground in Arizona. The procurement involves providing comprehensive maintenance, calibration, and on-demand repairs for specific PerkinElmer instruments, ensuring compliance with manufacturer standards and utilizing certified technicians. This opportunity is crucial for maintaining the operational integrity of laboratory equipment essential for military and research applications. Interested parties should contact Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil for further details, with the anticipated contract covering a base year and two option years, starting from March 18, 2026.
    Service maintenance for FlexScan abd Freeform Plus
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking a Women-Owned Small Business (WOSB) to provide service maintenance for FlexScan and Freeform Plus equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement involves on-site preventive maintenance inspections and necessary repairs for Department of Defense-owned equipment in the Radiology Department and 3D Medical Applications Center, requiring trained personnel, tools, diagnostic equipment, and replacement parts. This contract includes a base year with multiple option years, emphasizing the importance of timely preventive maintenance and a 48-hour on-site response time for remedial repairs. Interested parties must submit their capabilities statements by January 8, 2025, and can contact Claudia Febres-Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Fozia Abdulahi at fozia.a.abdulahi.civ@health.mil for further information.
    NY National Guard Case Management Support Services
    Dept Of Defense
    The Department of Defense, specifically the New York Army National Guard (NYARNG), is seeking qualified vendors to provide Medical and Dental Case Management Support Services at their Watervliet, NY location. The primary objective of this procurement is to support Individual Medical Readiness (IMR) by employing non-clinical case managers, dental case managers, and administrative personnel to assist in tracking clinical care, ensuring compliance with medical readiness requirements, and maximizing the deployability of NYARNG Soldiers. This contract is crucial for maintaining the health and readiness of military personnel, with a performance period consisting of a six-month base period and nine six-month option periods, totaling five years. Interested parties must submit their responses, including a completed Sources Sought Information Request Form and a statement of capabilities, by January 9, 2026, to the designated contacts Richard W. Powell and Melissa Santoro via email.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Electric Field Meter Calibration and Repair Service
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking a sole-source contractor, Campbell Scientific, Inc., for the calibration and repair of CS110 Electric Field Meters (EFMs). The primary objective of this procurement is to ensure the operational functionality of surface tower networks that utilize these sensors to detect potential lightning, thereby enhancing safety during operations involving explosives. The contract will encompass a base year starting in late calendar year 2025 or early 2026, with two additional option years, and will be structured as a hybrid contract with Firm-Fixed-Price for calibration services and Time and Materials for repairs. Interested parties must submit their offers by January 12, 2026, via email, and should contact Amy Eilerts at amy.m.eilerts.civ@army.mil or call 435-831-2103 for further information.
    Taggatz Galley Dishwasher Sanitizer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a new commercial dishwashing machine, designated as the Taggatz Galley Dishwasher Sanitizer. This solicitation is aimed at acquiring a machine that meets specific operational requirements for kitchen equipment and appliances, which are crucial for maintaining hygiene standards in military dining facilities. The procurement is set aside for small businesses under the SBA guidelines, and interested vendors should note that the due date for quotes has been amended, with further details available from the primary contact, Theodore Hecht, at the email theodore.r.hecht@usace.army.mil or by phone at 651-290-5415. The contract is expected to be awarded following the submission of quotes by December 30, 2025.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    MAARNG Shop Consumables Service BPA
    Dept Of Defense
    The Department of Defense, through the Massachusetts Army National Guard (MAARNG), is seeking proposals for a Blanket Purchase Agreement (BPA) focused on inventory management and replenishment of consumable parts across eight Surface Equipment Maintenance Facilities (SEMF) and two Army Aviation Support Facilities (AASF) in Massachusetts. The contractor will be responsible for providing personnel, equipment, and supplies necessary for effective inventory management, including initial assessments and ongoing stock fulfillment, with a performance period anticipated from February 15, 2026, to February 14, 2031. This procurement is critical for maintaining operational readiness, as it involves a diverse range of consumable items essential for maintenance and repair operations, with specific attention to the varying consumption patterns at each facility. Interested vendors must submit their quotes by January 19, 2026, at 5:00 PM EST, and can direct inquiries to Marc Kerrigan at marc.j.kerrigan.civ@army.mil or Melissa Melcher at melissa.l.melcher2.civ@army.mil.