Maintenance Services for Operating Tables
ID: HT940626QE003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFREDERICK, MD, 21702, 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

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking proposals for maintenance services for operating tables at the Naval Medical Center Portsmouth. The procurement involves a Firm-Fixed Price contract that includes a base year from December 2025 to November 2026, with an option for an additional year, requiring the contractor to provide all necessary personnel, equipment, and materials for corrective repairs, preventive maintenance, and emergency services. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested vendors should contact Luis Zeno at luis.a.zeno-pimentel.civ@health.mil or Melissa Peregrino-White at melissa.perergrino-white.civ@health.mil for further details, and must adhere to the specified requirements, including OEM certification and compliance with HIPAA regulations. The solicitation has been amended, and proposals must be submitted by the updated deadline.

    Files
    Title
    Posted
    This government solicitation, HT940626QE003, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide maintenance services for operating tables at the Naval Medical Center Portsmouth. The contract covers a base year (November 17, 2025 – November 16, 2026) and an option year (November 17, 2026 – November 16, 2027), operating on a Firm-Fixed Price basis. Key requirements include OEM certification for repairs, on-site corrective and preventive maintenance, emergency services, and strict adherence to government holidays and operating hours. The contractor must supply all necessary personnel, equipment, parts, and materials, ensuring replacement parts are new OEM certified or warranted rebuilt parts. The Performance Work Statement (PWS) also outlines detailed contractor responsibilities, reporting requirements, quality control, and compliance with federal regulations such as HIPAA, emphasizing the handling of Protected Health Information (PHI) and breach response protocols. Invoicing will be processed through the Wide Area WorkFlow (WAWF) system.
    This government Request for Proposal (RFP) (HT940626QE0030001) details a Firm-Fixed Price contract for maintenance services of operating tables at the Naval Medical Center Portsmouth. The contract includes a base year (December 2025 – November 2026) and an option year (December 2026 – November 2027), requiring the contractor to provide all personnel, equipment, and materials for corrective repairs, preventive maintenance, and emergency services. Key requirements include OEM certification for all repair personnel and facilities, ready access to OEM replacement parts (new or warranted rebuilt), and adherence to a strict quality control program. The contractor is responsible for safeguarding government property, managing keys, and ensuring employees have IAT Level I certification. Additionally, the contractor must comply with HIPAA and DoD Privacy Act issuances, including specific breach response protocols for Protected Health Information (PHI) and Personally Identifiable Information (PII). Invoicing is to be done electronically via the Wide Area WorkFlow (WAWF) system.
    The document is an amendment to solicitation HT940626QE003, issued by the Defense Health Agency, effective 13 November 2025, that extends the solicitation's due date and time. The response due time has been changed from 08:00 AM to 05:00 PM, and the response due date has been changed from 13 November 2025 to 17 November 2025. All other terms and conditions remain unchanged.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    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.
    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.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Request for Information (RFI) - Equipment Maintenance Database
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking information on commercial solutions for an Equipment Maintenance Database as part of its Soldier Medical Devices Program. This Request for Information (RFI) aims to identify subscription-based services that include a Biomedical Preventive Maintenance Database, along with various other databases essential for managing healthcare operations and ensuring regulatory compliance. The selected solution must support 80 concurrent users, be cloud-based, and compatible with government IT systems, with a contract period of one year and four optional renewals. Interested parties should submit their responses, including detailed white papers and company information, to Patrick Wallace or Trisha Scott via email by the specified deadline.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    Stryker Neptune Service and Maintenance
    Buyer not available
    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.
    PSCU COMPUT TABLET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.