BELIMED WASHER DISINFECTORS PM SERVICES
ID: HT940825QE001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYSAN ANTONIO, TX, 78230, 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 (DHA), is seeking proposals for preventive maintenance and emergency call-out services for two Belimed WD 200 Washer Disinfectors located at Dyess Air Force Base, Texas. The contract requires the contractor to provide two annual preventive maintenance visits and unlimited emergency callouts, ensuring compliance with manufacturer specifications and utilizing OEM-certified personnel. This service is crucial for maintaining the operational efficiency of medical equipment used by the 7th Medical Group, thereby supporting healthcare delivery at the base. Interested parties must submit their proposals by the extended deadline of August 22, 2025, and can direct inquiries to Dale Padro or Stefany Gonzalez via the provided email addresses.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirement for preventive maintenance and emergency callout services for two Belimed WD 200 Washer Disinfectors at the 7th Medical Group, Dyess AFB, TX. The contractor must provide two annual preventive maintenance visits and unlimited emergency callouts, including all labor, parts, travel, meals, and lodging, for equipment numbers 2010697 and 2010698. All work must adhere to manufacturer specifications and be performed by OEM-certified personnel. Response times for emergency callouts are two hours by phone and forty-eight hours onsite. The contractor is responsible for furnishing and replacing all necessary OEM parts at no additional cost to the government. The 7th Medical Group will provide access to equipment and relevant operational information. The contract includes provisions for reporting procedures, quality assurance, and clearly identifies the Contracting Officer and Contracting Officer Representative. Contract personnel are not required to work on federal holidays, and compensation is provided for unplanned closures. Performance will be monitored via a Quality Assurance Surveillance Plan, ensuring compliance with service, personnel, documentation, and parts standards.
    The Statement of Work (SOW) details the maintenance services for two Belimed WD 200 Washer Disinfectors at the 7th Medical Group, Dyess Air Force Base, Texas, effective from July 15, 2025. The contract includes two annual preventive maintenance (PM) visits and unlimited emergency callout services, ensuring compliance with ISO 13485 and QSR/21CFR820.x standards. Contractors must be OEM-certified and provide labor, parts, and necessary materials at no extra cost to the Government. Preventive maintenance will be conducted during standard operational hours, with service reports submitted to the Biomedical Equipment Technician (BMET) office within seven working days. Emergency assistance will be available with a two-hour phone response and a 48-hour onsite response, excluding holidays. The Government will facilitate access to equipment and personnel for effective maintenance. Quality assurance measures will be in place, and the Contractor's performance will be monitored against set objectives. The SOW emphasizes proper documentation, adherence to qualifications, and accountability for equipment handled. This service contract underscores the commitment to maintaining essential medical equipment, ensuring operational safety and efficiency in healthcare services at Dyess AFB.
    This government solicitation, HT940825QE001, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for commercial products and services, specifically premium maintenance and emergency call-out services for Belimed Washers at Dyess AFB, TX. The contract period spans from August 2025 to August 2030, including multiple option years. The Defense Health Agency is the issuing and administering entity. Key requirements include compliance with various FAR and DFARS clauses, particularly those related to electronic invoicing via Wide Area WorkFlow (WAWF), small business utilization, and prohibitions on certain foreign-sourced technologies and business practices. The solicitation emphasizes adherence to federal acquisition regulations, cybersecurity standards (NIST SP 800-171), and ethical conduct, detailing specific clauses for contractor and subcontractor compliance. Offerors must complete representations and certifications regarding ownership, tax liability, and prohibited technologies.
    The document outlines a government solicitation for contracting services specifically promoting Women-Owned Small Businesses (WOSB). The requisition details a contract for commercial products and services, including preventive maintenance for premium washers at the Dyess Air Force Base, with specific job requirements and pricing arrangements set forth. The period of performance is specified from August 18, 2025, to August 17, 2026, with options for additional years. Each repair and maintenance job is quantified precisely, while the document emphasizes compliance with federal regulations, including clauses related to subcontracting and small business programs. The significance lies in its aim to foster opportunities for women-owned businesses, reflecting the government's commitment to supporting diversity in federal contracting. Contact details for solicitation queries and specifics about product service codes contribute to the document's thoroughness. Overall, the solicitation serves to facilitate procurement in adherence to federal guidelines whilst encouraging participation from WOSB entities in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Sterilizer maintenance services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the USAHCA – Medical Readiness Contracting Office Europe, is seeking qualified contractors to provide sterilizer maintenance services at the Landstuhl Regional Medical Center in Germany. The procurement involves non-personal services for the maintenance and operational readiness of sterilizer equipment, including preventive maintenance, emergency repairs, and adherence to manufacturer specifications. This service is critical for ensuring the functionality and calibration of medical equipment essential for patient care. Interested parties must submit their capability statements and relevant documentation to the primary contact, Bouaphet Phanvongsa, at bouaphet.phanvongsa2.civ@health.mil, by the specified deadline, with the anticipated contract period spanning 60 months, including a base year and four option years.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    Bridge for Biomedical Equipment Technicians
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Request for Information (RFI) - Germ Free Service
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Water For Injection (WFI) System Pump repair/replacement and Emergency Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the repair and replacement of Water For Injection (WFI) System Pumps, along with emergency services related to this equipment. The procurement aims to ensure the operational integrity of water purification systems critical for medical applications, particularly within military healthcare settings. Interested contractors should note that the place of performance is Silver Spring, Maryland, and are encouraged to reach out to Ashley Atkins or Jennifer Jackson via their provided emails for further information. This opportunity is categorized under the NAICS code 238220 and is currently in the Sources Sought phase, with no set-aside restrictions.