OEM preventative maintenance, repair, maintenance and replacement of the Karl Storz Endoscopes
ID: W81K0224Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for the OEM preventative maintenance, repair, and replacement services of Karl Storz Endoscopes. The contract will require the selected contractor to provide certified maintenance and repair services, including a one-for-one exchange of defective endoscopes and complete repairs within five working days, ensuring compliance with established regulations and professional standards. This procurement is critical for maintaining the operational readiness of medical equipment used in healthcare services for military personnel and their families at Madigan Army Medical Center in Tacoma, Washington. Interested parties must submit documentation demonstrating their capabilities by September 11, 2024, to the primary contacts, Cindy Means and Scott Barr, via email, as no solicitation will be issued.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines non-personal maintenance and repair services for Government-owned Karl Storz Endoscopes at Madigan Army Medical Center in Tacoma, Washington. The contractor is tasked with providing OEM-certified repairs, replacements, and technical support to ensure optimal operation according to established regulations and professional standards. Services include a one-for-one exchange of defective endoscopes, complete repairs within five working days, and compliance with quality management processes. Also covered are safety training and access protocols for contractor personnel, ensuring adherence to health and security regulations. The framework reinforces the contractor's accountability and establishes guidelines for communication and reporting. This document reflects the government's commitment to maintain an efficient healthcare support system for military personnel and their families, underscoring the essential role of quality equipment maintenance in health services delivery.
    Similar Opportunities
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    Endoscopy System
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking to procure an endoscopy system from Karl Storz Endoscopy America on a sole source basis to support ongoing research projects and healthcare activities for laboratory animals. The endoscopy system will facilitate minimally invasive surgical procedures for tissue collection and enable veterinarians to intubate pigs used in biomedical research with minimal trauma, thereby enhancing the quality of animal studies. This specialized equipment is crucial for accurate tissue sampling and is designed specifically for veterinary use, ensuring portability and functionality tailored to the needs of various animal sizes. Interested parties who believe they can meet the requirements are invited to submit a capability statement by September 19, 2024, to Zetherine Gore at zetherine.gore@nih.gov, referencing notice ID SS-NIH-7064613.
    J065--NEW Belimed Base Plus 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit a Sole Source, Firm-Fixed-Price Order with Belimed, Inc. for the maintenance of Belimed Washer Disinfectors, which are critical for thermal disinfection at the Roseburg and Eugene VA Medical Centers in Oregon. This procurement aims to secure comprehensive service maintenance, including preventative care, diagnostics, and emergency support, as Belimed is the sole manufacturer and supplier of the necessary services and parts, thereby limiting the contract to one source under FAR guidelines. The maintenance of these washer disinfectors is essential for ensuring patient safety and compliance with quality control standards in clinical settings. The anticipated award date for this contract is December 30, 2024, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    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.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Active
    Dept Of Defense
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    HoLEP Laser w/Tech 3-month Rental Service
    Active
    Dept Of Defense
    Presolicitation Notice: DEPT OF DEFENSE, DEPT OF THE ARMY intends to award a sole source firm-fixed price contract to Medworks, Inc. for a 3-month rental service of the HoLEP Laser used in invasive treatment procedures of the prostate. The service includes proprietary OEM equipment and contractor technician services. The rental is for the exclusive usage of Medworks, Inc. The notice is not a request for proposal and a solicitation will not be issued. Interested vendors can provide supporting documents demonstrating their products' capability and specifications for future acquisitions. The procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.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.
    ZEISS OS CIRRUS HD OCT (MODEL 6000)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center, is seeking to procure a ZEISS OS CIRRUS HD OCT (Model 6000) with Angioplex for critical medical research purposes. This sole-source acquisition aims to replace a failing Optical Coherence Tomography unit at the Naval Aerospace Medical Research Lab, addressing specific needs in ocular imaging and measurements. The unique capabilities of the Zeiss HD-OCT 6000, including FDA approval and superior axial resolution, make it the only viable option for the Navy's requirements, with an anticipated contract value of approximately $113,453.84 covering initial procurement and three years of maintenance. Interested parties can contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further information.