Maintenance and Repair Serivices of Aria Oncology Systems
ID: W81K0225QA029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, 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 Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services of the ARIA Oncology Information System at Madigan Army Medical Center. The contract, which spans from March 15, 2025, to November 14, 2028, requires the contractor to ensure the system operates according to OEM specifications, including the timely installation of mandatory modifications without additional charges. This service is critical for maintaining high standards of care within the Military Health System, particularly for oncology services. Interested parties should contact Cindy Means at cindy.j.means.civ@health.mil or Scott Barr at scott.a.barr.civ@health.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the ARIA Oncology Information System at Madigan Army Medical Center outlines a non-personnel services contract for software support from March 15, 2025, to November 14, 2028. The contractor is responsible for maintaining optimal functionality of the system per OEM specifications, including timely installation of mandatory modifications without additional charges. A single point of contact, Isaac Brown, is designated for technical support, while a Contracting Officer’s Representative (COR), Cheng Liu, oversees contract administration and assures compliance with technical requirements. Key areas addressed include conflict of interest prevention, security protocols, quality management practices, and required maintenance services for sterilizing units. Contractors must comply with safety standards, report incidents, and ensure service personnel meet language and expertise qualifications. The document also specifies training requirements for personnel regarding security and operational policies and highlights performance metrics to monitor service quality. Compliance with various federal regulations and technical orders is mandatory. Ultimately, this contract seeks to uphold high standards of service delivery within the Military Health System by ensuring reliable support for critical oncology systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PREVENTATIVE MAINTENANCE FOR XRAY IMAGING SYSTEMS
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for preventative maintenance services for three X-Ray Imaging Systems located in Corpus Christi, Texas. The contractor will be required to conduct two scheduled maintenance visits annually, ensuring compliance with the Performance Work Statement (PWS) and Department of Defense identification requirements. This procurement is crucial for maintaining the operational readiness and reliability of the imaging systems, which are essential for various defense applications. Proposals must be submitted by 3:00 PM on March 5, 2025, with the contract period running from March 26, 2025, through March 25, 2028. Interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    J065--CLIN Addition Option Year 2
    Buyer not available
    The Department of Veterans Affairs (VA), through its Network Contracting Office 17, is initiating a sole-source contract award to Medtronic USA Incorporated for the addition of CLIN 2003 to Purchase Order 36C25723P0192. This contract pertains to the service and maintenance of O-Arm and S8 systems, covering the period from April 24, 2025, to April 23, 2026, and is critical for ensuring the operational readiness of medical equipment used in veteran care. Interested parties must submit their capability information by March 4, 2025, to be considered for potential competitive procurement, with responses directed to Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. If no responses are received, the contract will proceed with Medtronic without further notice, in accordance with FAR 13.5 for sole-source acquisitions.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.
    Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
    Buyer not available
    The Department of Defense, through the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an integrated software application for the Tripler Army Medical Center in Hawaii. The procurement includes a comprehensive solution that encompasses equipment, software, cybersecurity measures, installation, and training, with the contractor responsible for decommissioning existing units and ensuring compliance with stringent cybersecurity protocols. This initiative is crucial for enhancing the efficiency and security of medical supply management within military healthcare facilities. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Megumi Kuwada at megumi.kuwada.civ@health.mil or call 808-433-9489.
    Occupational Health Exams
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual occupational health examinations for technicians of the Washington National Guard. The contract, with a total award amount of $18,000,000, aims to ensure the health and safety of approximately 90 technicians exposed to workplace hazards, particularly in aviation and equipment maintenance fields. This procurement is critical for maintaining compliance with federal health regulations and ensuring the well-being of National Guard employees. Interested parties should contact Dennis Jutras at dennis.k.jutras.civ@army.mil or call 509-532-2874, with the performance period set from June 1, 2025, to March 31, 2026, and options to extend through March 2030.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Oncology breast testing
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for oncology breast testing services. This procurement aims to identify qualified medical laboratories capable of providing specialized testing services critical for cancer diagnosis and treatment. The services will be performed in Bethesda, Maryland, and are essential for supporting the health and readiness of military personnel and their families. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further information regarding this opportunity.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The procurement aims to ensure uninterrupted functionality of critical medical equipment, emphasizing the need for comprehensive services including preventative maintenance, 24/7 technical support, and emergency repairs. This contract, valued at $34 million, is a firm-fixed-price agreement effective from May 1, 2025, through April 30, 2030, with provisions for annual renewals. Interested contractors must submit bids by March 5, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    Switchboard Operator Services & Call Center
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Switchboard Operator Services and Call Center Support at the Walter Reed National Military Medical Center (WRNMMC). The contractor will be responsible for providing continuous 24/7 telephone operator services, including directory assistance and paging services, with a focus on maintaining high service levels and compliance with federal regulations. This contract is crucial for ensuring effective communication within the military healthcare environment, supporting operational readiness for service members and their families. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to Michelle Priester at michelle.c.priester.civ@health.mil or Miriam Railey at miriam.t.railey.civ@health.mil.
    PerioLase Laser Equipment Service, Maintenance and Training
    Buyer not available
    The Department of Defense, specifically the Army's Health Readiness Contracting Office, is seeking a contractor for the service, maintenance, and training of the PerioLase® MVP-7™ Nd: YAG Laser, which is crucial for enhancing capabilities within the Defense Health Agency's Dental Community of Practice. The contractor will be responsible for comprehensive equipment service, including both corrective and preventive maintenance, over a five-year period from July 1, 2025, to June 30, 2030, with an estimated budget of approximately $324,580.94 for the base year. Interested parties must demonstrate their qualifications, including certification from Millennium Dental Technologies, and submit their interest by March 11, 2025. For further inquiries, potential bidders can contact Mario Corpening at 210-665-2877 or via email at mario.m.corpening.civ@health.mil.