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 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.
    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--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    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.
    Medical Gasses cylinder services/supplies , Naval Hospital Bremerton
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide medical gas cylinder services and supplies for the Naval Hospital Bremerton and its associated clinics. The procurement includes filling leased and government-owned cylinders with various medical-grade gases such as compressed medical air, oxygen, carbon dioxide, and nitrous oxide, along with delivery and pick-up services across multiple locations. This contract is crucial for ensuring the availability of essential medical gases in support of healthcare services, adhering to FDA regulations and industry standards. Interested vendors must submit their quotes by September 20, 2024, with inquiries due by September 18, 2024; for further information, contact Nickolas E. Romero at nickolas.e.romero.civ@health.mil or Leilani Mutu at leilani.a.mutu.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.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    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.
    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.
    Durable Medical Equipment (DME) Storage and Delivery Services - VA Maryland Healthcare System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Durable Medical Equipment (DME) storage and delivery services for the VA Maryland Healthcare System, with a contract period from January 1, 2025, to December 31, 2029. The contractor will be responsible for the pickup, setup, delivery, repair, installation, sanitization, and patient training related to government-owned DME, ensuring compliance with The Joint Commission standards and addressing the needs of eligible veterans across multiple VA facilities in Maryland. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside, with a minimum contract guarantee of $50,000 under a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested parties should contact Darcy Gray at darcy.gray2@va.gov or Paschal Dawson at paschal.dawson@va.gov for further details.