Maintenance and Repair Service on Medtronic Stealth System
ID: W81K0224Q0121Type: Combined Synopsis/Solicitation
Overview

Buyer

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

    The Department of Defense, specifically the Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for maintenance and repair services on the Medtronic Stealth System, primarily at Madigan Army Medical Center in Tacoma, Washington. The contract will be a firm fixed price, indefinite delivery, indefinite quantity (IDIQ) agreement for a five-year period, requiring certified technicians to perform preventive maintenance, repairs, and modifications in accordance with the original equipment manufacturer's standards. This service is critical for ensuring the operational reliability of medical equipment used to support military personnel and their families. Interested parties must submit documentation demonstrating their capabilities by September 27, 2024, at 10:00 AM Pacific Time, to Brittany Chartier and Scott Barr via email, as no solicitation will be issued.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for maintenance and repair services of the Medtronic Stealth System at Madigan Army Medical Center in Tacoma, Washington. The contract, designated as a non-personal services contract, emphasizes adherence to professional standards, regulations, and ethical practices within the Military Healthcare System. The contractor must supply certified technicians to ensure optimal equipment performance through preventive maintenance, repairs, and modifications as mandated by the original equipment manufacturer (OEM). Key responsibilities include delivering high-quality technical support, reporting maintenance actions, and completing all necessary calibrations, with penalties for deficiencies in service. The contractor is forbidden from accepting patient bills for any services rendered. Pertinent safety and security protocols are outlined, including personnel training, background checks, and compliance with federal laws. Quality management is essential to continuously monitor and evaluate service performance. Overall, the contract aims to maintain reliable medical equipment, ensuring efficient health services for military personnel and their families.
    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 across four naval fire stations in Washington State. The procurement involves a firm fixed price purchase order for annual preventative and corrective maintenance services, which must be performed by Stryker-trained specialists, ensuring compliance with original equipment manufacturer (OEM) standards and including warranty provisions for all parts. This maintenance is critical for maintaining operational readiness and safety in emergency services operations. Interested vendors must submit their quotes by September 24, 2024, at 1:00 PM EST, and direct inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE Virtual Health Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to execute a Sole Source Award for the installation of GlobalMed Virtual Health carts and related services across various Military Treatment Facilities (MTFs) both domestically and internationally. This procurement, valued at approximately $3.39 million, is essential for the maintenance and support of the Defense Health Agency's Virtual Health Stations, which play a critical role in providing telehealth services to military personnel. The contract is anticipated to commence on September 29, 2024, for a duration of one year, and interested parties must be authorized GlobalMed resellers to participate. For inquiries, potential vendors should contact William (Bill) Bondurant at william.a.bondurant.civ@health.mil.
    FY25 Kardex Remstar MX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 92d Contracting Squadron at Fairchild Air Force Base in Washington, intends to award a sole source contract for preventative maintenance services on Kardex Remstar vertical carousels to Southwest Solutions Group. This procurement arises from the proprietary nature of the equipment, which restricts servicing to authorized dealers, thereby eliminating competitive bidding options. The maintenance of these systems is crucial for operational efficiency, as any alternative servicing could invalidate warranties and hinder access to necessary parts. Interested parties who believe they can meet the requirements are invited to submit capability statements by 10:00 AM PDT on September 24, 2024, with further inquiries directed to TSgt Branden Lawson or 2d Lt Hannah Wieber via the provided contact details.
    MiPACS annual technical support and maintenance 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for annual technical support and maintenance services for the MiPACS (Medical Image Processing and Communication System) utilized by the U.S. Air Force, U.S. Air Force Reserve Command, and Air National Guard. The procurement aims to ensure uninterrupted operational support for the MiPACS Dental Enterprise system, which is critical for maintaining high standards in military healthcare settings. Vendors must comply with stringent cybersecurity requirements as outlined by the Defense Health Agency, including documentation of vulnerability assessments and continuous monitoring, with proposals due by September 23, 2024, at 8:00 PM local time. Interested parties can contact Christine Welker at Christine.Welker@dla.mil or by phone at 215-737-8250 for further information.
    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.
    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.
    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.
    J065--INTENT TO SOLE SOURCE- Service Somatom Definition FORCE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole source contract with Siemens Medical Solutions USA, Inc. for maintenance services of the Somatom Definition FORCE imaging equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement aims to ensure the operational efficiency and reliability of critical medical imaging equipment through scheduled and unscheduled maintenance, adhering to established conformance standards. This contract will cover four one-year service periods and is conducted under the authority of 41 U.S.C. 1901, with responses from interested firms due by 9:00 AM local time on September 24, 2024. For inquiries, contact Contract Specialist Lori Eastmead at lori.eastmead@va.gov or call 414-844-4840.
    Med Gas Systems Testing, Inspection, Repair & Maintenance for Spokane VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide medical gas systems testing, inspection, repair, and maintenance services for the Spokane VA Medical Center. The contractor will be responsible for conducting annual inspections and maintenance of medical gas systems, including medical oxygen, medical air, nitrous oxide, and vacuum systems, ensuring compliance with national safety standards and regulatory requirements. This procurement is critical for maintaining operational safety and efficiency in healthcare settings, safeguarding patient care through reliable medical gas systems. The total award amount is $11.5 million, with the anticipated contract start date around September 29, 2024. Interested parties can contact Michael J Borelli at Michael.Borelli@va.gov or call 253-888-4925 for further information.
    7A20--ME Philips EPIQ 7 Software Upgrade for AMLK CS: Tracy Heath
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is issuing a Sole Source, Firm-Fixed-Price Purchase Order to Philips Medical Systems North America for the service and maintenance of EPIQ software as part of the High Tech Medical Equipment (HTME) Service program. This procurement is conducted under the mandatory National Acquisition Center HTME Multi-award IDIQ contract (VA797H-17-D-0022) and is specifically intended for the American Lake Facility of the Puget Sound Health Care System in Tacoma, WA. The initiative is crucial for ensuring the operational capability of high-tech medical equipment, which is vital for providing quality healthcare services to veterans. For inquiries, interested parties can contact Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.