Medrad Injection and Infusion Systems Services and Maintenances
ID: HT941024Q2095Type: 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- 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This RFQ No. HT941024Q2095 details a combined synopsis/solicitation from the Naval Medical Center San Diego for maintenance services of ten government-owned Medrad injection and infusion systems. The procurement is set aside for small businesses with a budget cap of $34 million. The base year for the contract is from September 20, 2024, to September 19, 2025, with a renewal option for a second year. Offerors must provide quotes including technical capability, past performance, and a firm-fixed-price proposal. The evaluation criteria prioritize technical capability, followed by past performance, with price considered last. Vendors must comply with federal regulations, including obtaining necessary access credentials via the Defense Biometric Identification System. Submissions must be received electronically by September 13, 2024, and include specific representations and certifications as mandated. The document highlights necessary operational guidelines and federal clauses relevant to the procurement process, emphasizing the importance of technical compliance and previous relevant experience. This solicitation aims to ensure that the selected vendor can effectively fulfill the maintenance needs while adhering to governmental standards and regulations.
    The document outlines a request for proposals (RFP) concerning preventive maintenance services for Bayer Injectors over two distinct periods. The base year is set from September 20, 2024, to September 19, 2025, with a quantity of twelve months specified for maintenance. An option year is included, which extends the same maintenance services from September 20, 2025, to September 19, 2026, again specifying twelve months. The structure of the document includes item descriptions, quantities, and specific time frames for performance, aimed at ensuring ongoing operability of the Bayer Injectors. This RFP situates itself within the broader context of federal contracts, emphasizing the government's dedication to maintaining critical medical equipment and services through formal procurement processes. The focus is on securing reliable preventive services that adhere to defined performance timelines, underscoring the importance of vendor accountability in the maintenance of medical devices.
    The document outlines the Statement of Work for a government contract requiring service and maintenance of six Medrad injection and infusion systems at the Naval Medical Center San Diego (NMCSD). The contractor must adhere to OEM specifications and relevant regulations while ensuring equipment is serviced efficiently and effectively. Key performance requirements include performing preventive and corrective maintenance, maintaining a 95% uptime rate, and quick response times for repair requests. Documentation, such as Field Service Reports, must be completed and submitted to ensure accountability and streamline invoicing. The contractor is also responsible for travel expenses and must comply with safety and access regulations at NMCSD. Additionally, they are required to maintain appropriate liability insurance and ensure that all personnel meet security clearance requirements. Overall, the document serves to establish operational guidelines and expectations for the maintenance of critical medical equipment, emphasizing compliance, accountability, and safety during the execution of the contract.
    The Naval Medical Center San Diego (NMCSD) has issued a Statement of Work requiring a contractor to provide comprehensive service and maintenance for ten government-owned Medrad injection and infusion systems. The contractor must adhere to OEM specifications and comply with US Navy and Joint Commission regulations. Key responsibilities include conducting preventive maintenance at least twice a year, ensuring a minimum uptime rate of 95%, and submitting detailed Field Service Reports after each service. The document outlines the qualifications required for personnel, the approval process for subcontractors, and the protocols for corrective maintenance. Additional stipulations include travel expense responsibilities, liability insurance requirements, and adherence to safety and security protocols at NMCSD facilities. The primary aim is to ensure the continuous operational efficiency of the medical equipment while meeting the necessary legal and regulatory standards. This RFP reflects the government's commitment to maintaining healthcare equipment reliability and safety.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Access Control Security Door
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance and repair services for an Access Control Security System at the Naval Medical Readiness and Training Center in San Diego, California. The procurement includes a base year of performance starting September 15, 2024, followed by four optional years, focusing on preventive maintenance and emergency repairs to ensure the reliable operation of critical security infrastructure. This Total Small Business Set-Aside opportunity emphasizes the importance of technical reliability and operational efficiency in healthcare settings, with a requirement for contractors to provide 24/7 technical support and adhere to industry standards. Quotations are due by September 17, 2024, and interested parties must register in the System for Award Management (SAM) and comply with specific security protocols. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    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.
    Preventative Maintenance and Emergency On-Call Services for Physical Security CCTV Platform
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to IDEAL SYSTEM SOLUTIONS, INC. for preventative maintenance and emergency on-call services for the Physical Security CCTV Platform at the Naval Medical Center San Diego. This firm-fixed-price contract will encompass all necessary personnel, equipment, supplies, and services required to maintain and repair the security systems, with a performance period from September 30, 2024, to September 29, 2026, including both a base year and options. Interested vendors are invited to submit capability statements detailing their qualifications, with a deadline for challenges set for 1600 Pacific Standard Time on September 17, 2024. For further inquiries, vendors may contact Danielle M Zulfer at danielle.m.zulfer.civ@health.mil or Mariangela Monsalve at mariangela.j.monsalve.civ@health.mil.
    MRI Coach Maintenance- Beaufort, SC
    Active
    Dept Of Defense
    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.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    Leica and Sakura Finetek Corrective and Preventative Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting maintenance and service support for government-owned Leica and Sakura Finetek laboratory equipment at Naval Hospital Jacksonville, Florida. The contractor will be responsible for providing both preventive and corrective maintenance, including regular inspections and emergency repairs, in accordance with original equipment manufacturer specifications and U.S. regulations. This service is crucial for maintaining operational readiness in military healthcare services, ensuring that laboratory equipment is consistently functional and compliant with industry standards. Interested small businesses must submit their bids by the specified deadline, with the contract set to commence 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.
    J065--AGFA Equipment Preventative Maintenance - Solicitation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance services for medical equipment at the Southern Arizona VA Healthcare System. The contractor will be responsible for providing labor, materials, and equipment necessary for maintenance and repair, ensuring compliance with federal, state, and VA policies, and utilizing original equipment manufacturer (OEM) certified parts. This contract, valued at an estimated $34 million, is crucial for maintaining the operational integrity of healthcare services provided to veterans and spans from November 1, 2024, to October 31, 2029. Interested parties can contact Contracting Specialist Koby Thiel at Koby.Thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details.
    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.
    J065--STX - PM for Primus Sterilizer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide preventive maintenance services for the Primus PSS5-B Sterilizer Model 18150 at the South Texas Veterans Affairs Medical Center in San Antonio, Texas. The contract, valued at $12.5 million, will commence on October 15, 2024, and includes a base year with four optional years, emphasizing the need for biannual inspections, emergency service capabilities, and compliance with health regulations. This procurement is critical for ensuring the reliable operation of sterilization equipment essential for healthcare services provided to veterans. Interested small businesses must submit their proposals by September 24, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further information.