Service Maintenance on Two (2) Centurion Units, Constellation and Constellation LXT Unit at Naval Medical Center San Diego
ID: HT941025N0060Type: 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)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency, intends to award a sole source contract for service maintenance on two Centurion Units, Constellation and Constellation LXT, at the Naval Medical Center San Diego. The objective is to ensure optimal performance of these critical medical devices, which are essential for ophthalmic surgeries, by contracting ALCON VISION, LLC, the only vendor capable of meeting the government's requirements. The maintenance services will include preventive and corrective actions, compliance with OEM specifications, and adherence to safety standards, with all work needing approval from the Biomedical Repair Division. Interested vendors may submit capability statements to Isaac Don Willies at isaac.a.donwillies.civ@health.mil by 09:00 Pacific Time on April 3, 2025, to be considered for this opportunity.

Files
Title
Posted
Mar 20, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) outlines the contractual obligations for the maintenance and servicing of the Alcon Centurion and Constellation units at Naval Medical Center San Diego. The contractor is responsible for providing all necessary services, labor, equipment, and compliance with OEM specifications, US laws, Navy regulations, and Joint Commission standards. Key requirements include performing preventive maintenance, ensuring qualified personnel conduct the work, and promptly responding to corrective maintenance needs within stipulated timeframes. All maintenance must be approved by the Biomedical Repair Division (BIOMED), ensuring the equipment's original design and capabilities remain intact. The contractor must maintain a high standard of professional workmanship, use OEM-approved materials, and provide field service reports post-maintenance. The document also details the contractor's responsibilities for travel expenses and liability issues and sets forth terms regarding access to equipment and communication with government personnel. Overall, this PWS establishes clear guidelines for the efficient operation and maintenance of medical equipment essential for military healthcare services, ensuring compliance and safety standards are met effectively.
Lifecycle
Title
Type
Similar Opportunities
Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
Varian Linear Accelerator Service Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide service maintenance for the Varian Linear Accelerator at the Naval Medical Center San Diego (NMCSD). The procurement involves a non-personal services contract that requires the contractor to ensure the operational reliability of the radiotherapy systems by performing preventive and corrective maintenance, emergency support, and compliance with regulatory standards, all while maintaining a minimum uptime rate of 97%. This contract is crucial for ensuring the reliability and functionality of essential medical equipment in the provision of healthcare services. Interested parties must submit their quotes by 10:00 AM PST on May 6, 2025, and direct any inquiries to Dernell Wade at dernell.w.wade.civ@health.mil.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Vision Care Coordination
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Vision Care Coordination contract, aimed at establishing a nationwide network for coordinating vision health care within the Military Health System. The procurement seeks to enhance vision care services by requiring contractors to provide comprehensive program management support, including patient outreach, data collection, and coordination of care between Military Treatment Facilities and the Veterans Affairs system. This initiative is critical for improving the efficiency and effectiveness of vision care services for DoD beneficiaries, with a contract period starting September 24, 2025, and lasting up to five years, including optional extensions. Interested parties should submit their proposals by May 15, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further information.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
Notice of Award Maintenance for Government owned Lumenis BE UltraPulse Alpha SplendorX Stellar laser
Buyer not available
The Department of Defense, specifically the Army's Medical Readiness Contracting Office, intends to award a sole source contract to Melling LLC dba Melling Medical for maintenance services on the government-owned Lumenis BE UltraPulse Alpha and SplendorX Stellar laser systems. This procurement is aimed at ensuring the operational efficiency of critical medical equipment used within the government sector, with Melling Medical being the authorized distributor for Lumenis products and services. The contract, which falls under the NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, is not subject to competitive bidding due to its value being below the simplified acquisition threshold and the unique nature of the services required. Interested parties can reach out to Bobby Etheridge at bobby.j.etheridge.civ@health.mil for further inquiries, although no telephonic inquiries will be honored.
J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.
6515--Zeiss Laser Console Package |
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking quotes for the procurement of a Carl Zeiss Visulas Trion Laser Console Package to enhance retinal treatment capabilities at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is focused on acquiring brand-name equipment, as the existing retinal laser system is being discontinued, making the new system essential for treating conditions such as diabetic retinopathy and retinal detachments. The request for proposals emphasizes the importance of compliance with federal regulations and encourages participation from service-disabled veteran-owned small businesses, with proposals due by April 28, 2025. Interested contractors can access the solicitation documents via www.SAM.gov and should direct any inquiries to Contract Specialist Matthew Wright at matthew.wright6@va.gov or by phone at 717-673-3842.