Service Agreement for Reverse Osmosis Units
ID: 12221357Type: Sources Sought
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)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 1:00 PM UTC
Description

The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential contractors for a service agreement related to reverse osmosis units at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure technical safety checks, maintenance, and troubleshooting services for AquaC UNO H™ Dialysis Water Treatment Systems, ensuring compliance with AAMI/ANSI and FDA standards. This opportunity is crucial for maintaining the operational integrity of medical equipment used in patient care. Interested parties must submit their capabilities statements and express their interest by 9:00 AM EST on Friday, January 18, 2025, to the primary contact, Ms. Pamela Renteria, at pamela.i.renteria.civ@health.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the leasing and maintenance of a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to ensure compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing, requiring contractors to provide equipment installation, ongoing maintenance, and comprehensive water quality testing. This initiative is critical for enhancing healthcare service delivery and maintaining safety and infection control protocols within the medical facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their proposals by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
F103--Water Management RO/DI System RFQ One Year Purchase Order Huntington VAMC 512-25-3-506-0016
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance for the Reverse Osmosis/Deionizing (RO/DI) System at the Huntington VA Medical Center in West Virginia. This one-year contract, beginning May 12, 2025, requires the vendor to supply all necessary parts, labor, and supervision to ensure the system operates effectively and prevents bacterial growth, which is critical for maintaining hygiene standards in sterile processing operations. Proposals must be submitted by May 2, 2025, at 12 PM Eastern Time, and the contract is set aside for small businesses, emphasizing the VA's commitment to operational readiness and compliance with health standards. Interested bidders can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details.
Combined Synopsis/Solicitation for Pickering Equipment Maintenance Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking quotes for preventative maintenance and repair services for Pickering-manufactured equipment at the Defense Centers for Public Health in Aberdeen, Maryland. The procurement specifically targets the maintenance of highly complex High Performance Liquid Chromatograph (HPLC) post column derivatization systems, which are crucial for analyzing environmental and biological samples, including toxins and carbamates. This opportunity is set aside for small businesses under the SBA guidelines, and interested vendors should direct inquiries to Jesse Nisley at jesse.d.nisley.civ@health.mil or call 301-619-7763 for further details. Quotes are being requested as part of a combined synopsis/solicitation, with no separate written solicitation to be issued.
BPA Master Optical Surgical Instruments
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source Blanket Purchase Agreement to Alcon Vision, LLC for the procurement of Surgical Optical Equipment reagents necessary for the Centurion System at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under FAR 6.302-1, which allows for contracts when there is only one responsible source capable of fulfilling the agency's requirements, as Alcon Vision, LLC is the sole manufacturer of the Optical Centurion System. The reagents are critical for the operation of the Centurion System, ensuring that the medical center has access to essential supplies for surgical procedures. Interested parties capable of providing the requested reagents may submit their capabilities and price lists by 10:00 AM EST on May 2, 2025, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
Acute Dialysis Services and Dialysis Equipment Maintenance
Buyer not available
The Department of Defense, specifically the United States Air Force, is conducting market research to identify potential sources for Acute Dialysis Services and Maintenance of dialysis equipment for the 96th Medical Group at Eglin Air Force Base in Florida. The procurement aims to ensure the availability and proper maintenance of critical medical services and equipment, which are essential for patient care in military healthcare settings. Interested vendors, particularly small businesses including those classified as 8(a), HUBZone, EDWOSB, WOSB, and SDVOSB, are encouraged to submit a capabilities statement demonstrating their qualifications by May 9, 2025, at 12:30 PM CST. For inquiries, vendors may contact Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
Sources Sought- Dental Washer Disinfector
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities packages from potential vendors for the procurement of one Dental Washer Disinfector for the Wright Patterson Medical Center at Wright Patterson Air Force Base, Ohio. The disinfector must meet stringent specifications, including the ability to sanitize 190 trays of instruments daily, operate a minimum of 19 cleaning cycles per day, and comply with occupational health guidelines and AAMI standards for sterilization processes. This acquisition is critical for maintaining high levels of patient care and safety, as the current unit is nearing the end of its operational life and has proven unreliable. Interested firms, particularly small businesses and those with specific socio-economic classifications, must submit their capabilities packages by May 7, 2025, at 4:00 PM Eastern Time, to the primary contacts Claire Hess and Tracy Ferrise via the provided email addresses.
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
Sources Sought–Pure Water System Pump and Motor Assembly
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking sources for the overhaul, production, removal, and installation of pump and motor assemblies for the LL-7000 Pure Water Heat Exchanger, which is critical for recirculating demineralized, deionized cooling water in laboratory settings. The procurement aims to ensure that each assembly achieves a reliable performance of 50,000 hours while adhering to stringent purity standards and operational integrity. Interested contractors must demonstrate their capability in managing the entire process, including compliance with government standards and quality assurance protocols, and are encouraged to submit relevant documentation by the deadline of May 1, 2025. For further inquiries, potential respondents can contact Ryan Arford at ryan.j.arford.civ@us.navy.mil or by phone at 812-381-7173.
Notice of Intent to Award a Sole Source
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.