Hamilton Ventilators Maintenance Service for NMCP Portsmouth, VA
ID: HT940626QE007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFREDERICK, MD, 21702, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Defense Health Agency (DHA) is seeking proposals for a Firm Fixed Price service contract for Hamilton Ventilator Maintenance Services at the Naval Medical Center Portsmouth, Virginia. The contract requires comprehensive maintenance and repair services for Hamilton ventilators across various departments, including Respiratory, ICU, NICU, ER, and PICU, with provisions for annual preventive maintenance, emergency repairs, and full coverage of parts, labor, and software updates. This opportunity is particularly significant as it ensures the operational readiness of critical medical equipment essential for patient care. Interested offerors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by 12:00 pm EST on February 4, 2026, and direct any questions to Cynthia Scharnowske or Carol Uebelacker by January 16, 2026, at 2:00 pm EST.

    Files
    Title
    Posted
    This document outlines instructions for offerors responding to solicitation HT940626QE007, a Firm Fixed-Price contract for commercial, non-personal services. The period of performance includes a base year from February 2026 to February 2027, plus four one-year option periods. Proposals are due by 12:00 pm EST on February 4, 2026, and questions by 2:00 pm EST on January 16, 2026, to Cynthia Scharnowske and Carol Uebelacker. Submissions must adhere to specific formatting (Times New Roman 12-pitch font, 10-pitch for exhibits) and include a cover sheet, table of contents, POCs, a five-page technical capability statement, pricing (on SF 1449 page 3), and a technical description. Pricing must remain valid for 90 days. Evaluation factors include Price, Technical Capability (requiring a clear understanding of the PWS and authorization as an OEM dealer/distributor/reseller), and Past Performance (assessed via online sources; no submission required from offerors unless affirming lack of relevant past performance). Offerors must complete the SF1449, including blocks 17a and 30a-c, and all applicable FAR and DFARS clauses; cursive signatures are not accepted. Failure to follow instructions will result in disqualification.
    The document outlines the evaluation criteria for a government contract, focusing on price, technical capability, and past performance, in that order of importance. Award will be based on the lowest price technically acceptable, with the government reserving the right to award without discussions. Proposals must be complete upon submission, and an "unacceptable" technical capability rating will result in an overall "unacceptable" rating. Price will be evaluated for reasonableness and completeness, ensuring all line items and periods are covered. Technical capability assesses the offeror's ability to perform and understand requirements. Past performance considers recency (within three years), relevancy to similar services, and quality, using various sources. A Performance Confidence Assessment rating, from "Substantial Confidence" to "Neutral Confidence," will be assigned, with "Neutral" for offerors with no relevant performance record.
    The Defense Health Agency (DHA) is seeking a contractor for non-personal ventilator maintenance services at the Naval Medical Readiness Training Center Portsmouth, VA. The contract spans a base year (February 18, 2026, to February 17, 2027) and four option years. The contractor will provide preventative maintenance and on-site repairs for Hamilton ventilators in various departments, including Respiratory, ICU, NICU, ER, and PICU. Services include annual preventative maintenance, emergency on-site repairs, full coverage for parts, travel, labor, and software updates, and a 24-hour response time for preventative maintenance. The contractor must be an Original Equipment Manufacturer (OEM) authorized dealer/distributor/reseller, providing OEM-certified technicians and readily available OEM replacement parts. The contract requires adherence to a Quality Control program and will be monitored by the government's Quality Assurance Surveillance Plan. The contractor must also comply with various federal regulations and provide detailed service reports.
    This government solicitation, HT940626QE007, issued by the Defense Health Agency, seeks proposals for Hamilton Ventilator Maintenance and Service. The Request for Proposal (RFP) outlines a base period and four option years for these services, to be performed at the NAV MED CNT PORTSMOUTH VA. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and is subject to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key requirements include electronic invoice submission via Wide Area WorkFlow (WAWF), compliance with specific cybersecurity and supply chain security regulations, and adherence to labor standards. Offerors must provide pricing for each line item and complete specific sections of the SF1449 form to be considered.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    6515--FY26| North Florida/South Georgia| Home Oxygen-Base+ 4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for home oxygen and medical equipment management services for the North Florida/South Georgia VA Healthcare System. The procurement involves providing, installing, and maintaining various home oxygen equipment, including ventilators and cough assists, to support eligible VA patients across 32 Florida and 19 Georgia counties. This contract is crucial for ensuring patient safety and compliance with healthcare standards, with a base period from April 1, 2026, to March 31, 2027, and four additional one-year option periods extending through March 31, 2031. Interested parties must submit their proposals to Contracting Officer Yolanda Glover at yolanda.glover@va.gov by February 9, 2026, no later than 4 PM EST, and the contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
    Medical Gas Equipment Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Medical Gas Equipment Preventative Maintenance contract, specifically for the VA's Valley Coastal Bend Health Care System located in Harlingen, Texas. The contractor will be responsible for providing full-service preventative maintenance and emergency repairs of VA-owned medical gas sourced equipment, as detailed in the Statement of Work (SOW). This contract includes a base year and four option years, with a performance period extending from May 2026 to April 2031, and requires certified technicians, OEM parts, and 24/7 technical support, while adhering to federal and VA acquisition regulations. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    Q999 - VISN 12 Home Oxygen Delivery Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Home Oxygen Delivery Services under the VISN 12 program, specifically through solicitation 36C25225R0072. The procurement aims to ensure the delivery and maintenance of respiratory equipment, including oxygen and ventilators, to veterans, with a focus on compliance with essential VA documentation and service requirements. This service is critical for the health and well-being of veterans who rely on oxygen therapy and other respiratory support. Interested vendors should note that the proposal due date has been extended to January 15, 2026, at 10:00 AM CST, and can contact Joni Dorr at joni.dorr@va.gov or 414-844-4858 for further information.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    Naval Branch Health Clinic Bahrain - Ambulance Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ambulance and patient transport services at the Naval Branch Health Clinic (NBHC) in Bahrain. The contract, designated as a Firm Fixed Price (FFP) arrangement, requires the contractor to provide fully equipped ambulances staffed with qualified personnel, including EMT-Paramedics, to operate 24/7 within a 45 km radius of Naval Support Activity Bahrain. This service is critical for ensuring timely patient transport to host nation hospitals and maintaining emergency medical capabilities in the region. Interested offerors must submit their proposals by January 14, 2026, and direct any questions to Carol Uebelacker at carol.e.uebelacker.civ@health.mil by December 29, 2025.
    Chemical Fume Hoods Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through W40M MRCO EUROPE, is soliciting proposals for preventive maintenance services on chemical fume hoods and related equipment at the Landstuhl Regional Medical Center in Germany. The contract requires comprehensive maintenance and certification verification for various laboratory equipment, including biological safety cabinets and cleanroom filtration systems, ensuring their functionality and compliance with safety regulations. This procurement is crucial for maintaining the operational integrity of medical and laboratory services at the facility. Interested vendors, particularly Women-Owned Small Businesses, must submit their proposals by January 9, 2026, at 12 PM, and can direct inquiries to Demetria Figueroa or Hyun Townsley via their respective emails.
    J065--Patient Bed Maintenance Service Contract - POP: 02/01/2026 - 01/31/2031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide a Patient Bed Maintenance Service Contract for the Phoenix Veterans Affairs Healthcare System, covering preventative and corrective maintenance for 176 Med-Surg beds, 5 ICU beds, and 4 Bariatric beds. The contract will span from February 1, 2026, to January 31, 2027, with four optional one-year extensions available, emphasizing the need for certified technicians to ensure compliance with manufacturer recommendations and timely service. This maintenance service is crucial for maintaining the functionality and safety of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 13, 2026, at 10:00 AM PST, to Contract Specialist Barry Bland at barry.bland@va.gov.
    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.
    J065--EMS Equipment Maintenance | Follow on Base+4 | Start: 2/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contract Office 10, is issuing a presolicitation notice for a firm fixed-price purchase order aimed at providing preventative maintenance and support for Environmental Management Service (EMS) machinery at the Chalmers P. Wylie VA Ambulatory Care Center located in Columbus, Ohio. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery, with a size standard of $12.5 million. The importance of this contract lies in ensuring the operational efficiency and reliability of critical medical equipment used in veteran care. Interested vendors must be registered and active in the System for Award Management (SAM), with the solicitation expected to be publicly available around January 15, 2026, and responses due by January 30, 2026, at 13:30 Eastern Time. For further inquiries, potential quoters may contact Venkatlekhith Muntha at Venkatlekhith.Muntha@VA.gov.