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
    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
    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.
    Similar Opportunities
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Dept Of Defense
    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.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    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
    Dept Of Defense
    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.
    J065--Stryker Neptune Rovers PM | Erie, PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Stryker Corporation for the preventive maintenance and repairs of Stryker Neptune 3 Rovers and a docking station at the Erie VA Medical Center. The contract will encompass a one-year base period with four additional one-year option periods, focusing on semi-annual preventive maintenance, emergency repairs, and the use of OEM-authorized parts, all of which are critical for ensuring proper patient care. Given the proprietary nature of the equipment, Stryker is uniquely qualified to provide these services, which must adhere to VA policies and industry standards. Interested firms that believe they can meet the requirements are invited to submit written notifications and capability statements by December 15, 2025, to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    Stryker Neptune Service and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    Maintenance and Repair Services on the Candela VBeam Perfecta Laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance and repair services for the Candela VBeam Perfecta Laser, with the procurement managed by the W40M MRCO PACIFIC office. This opportunity is categorized as a sole source justification, indicating that the services are required for specialized medical, dental, and veterinary equipment, which is crucial for maintaining operational readiness and effectiveness in medical facilities. The place of performance for this contract is located in Fairbanks, Alaska, and interested parties can reach out to Tina Koike at tina.w.koike.civ@health.mil or by phone at 808-438-5131 for further details. The specific funding amount and key deadlines have not been disclosed in the available information.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.