Philips Medical Maintenance Services
ID: W9114F25QA010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EUROPEAPO, AE, 09180-0402, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CHEMICALS AND CHEMICAL PRODUCTS (J068)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Health Contracting Activity, is issuing a Notice of Intent to Sole Source for maintenance services of Philips radiology equipment at the Landstuhl Regional Medical Center (LRMC) in Germany. The contract will be awarded to Philips GmbH, as they are uniquely qualified to provide the necessary preventive maintenance and repairs due to their direct knowledge of the equipment, which is critical for ensuring optimal patient care. This contract, structured as a firm fixed price for non-personal services, will cover a base year with four optional years, emphasizing the importance of maintaining readiness and effectiveness in the medical mission at LRMC. Interested parties can reach out to Bouaphet Phanvongsa at bouaphet.phanvongsa2.civ@health.mil or Michael Hughes at michael.w.hughes92.civ@health.mil for further inquiries.

    Files
    Title
    Posted
    The U.S. Army Health Contracting Activity (USAHCA) is issuing a Notice of Intent to Sole Source for maintenance services of Philips radiology equipment at the Landstuhl Regional Medical Center (LRMC) in Germany. The contract will be awarded to Philips GmbH under FAR Part 6.302-1, citing that only one responsible source can meet the agency's requirements. The contract will cover a firm fixed price for non-personal services including preventive maintenance and repairs, spanning a base year and four optional years. Philips was identified as uniquely capable due to their direct knowledge of the equipment, which is critical for timely maintenance to ensure optimal patient care. The document notes that only one response was received to a recent Request for Information (RFI), confirming Philips as the sole source. The government emphasizes its commitment to maintaining competition by hinting at future notices should the need for services persist, aiming to explore potential new suppliers. The completion of this contract is deemed essential for the readiness and effectiveness of the medical mission at LRMC in Europe.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.
    Microbiological Identification/Susceptibility (ID/AST) testing support for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors to provide Microbiological Identification/Susceptibility (ID/AST) testing support for the Landstuhl Regional Medical Center (LRMC) in Germany. The procurement involves a Cost Per Test (CPT) basis for supplies and services related to organism sensitivity and identification, with a focus on timely delivery, installation, maintenance, and compliance with Clinical Laboratory Improvement Amendments guidelines. This contract is crucial for maintaining operational efficiency in laboratory services, ensuring high standards of testing and compliance with security protocols. Interested parties should note that the contract period spans from May 1, 2025, to September 30, 2029, and are encouraged to contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details.
    DA10--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for PHILIPS Imaging Equipment utilized in diagnostics, including X-Ray, CT, and Ultrasound, at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure compliance with manufacturer instructions for adjustments, calibration, and parts replacement, thereby maintaining optimal operation of the medical equipment critical for veteran care. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses, and interested parties must submit their qualifications, including company information and a Capability Statement, by the specified deadline of 11:00 AM Pacific Time. For further inquiries, potential respondents can contact Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    OCONUS Hematology Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for OCONUS Hematology Support under a Combined Synopsis/Solicitation notice. The procurement involves providing automated hematology analyzers, reagents, maintenance, and training across multiple U.S. Army Medical facilities in Europe, operating on a Cost Per Reportable Result (CPRR) basis. This initiative is crucial for enhancing clinical capabilities and ensuring high-quality healthcare services for military personnel, with a contract period from May 1, 2025, to September 30, 2029. Interested vendors should note that the contract will be awarded on March 1, 2025, and are encouraged to contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source Assurance Elite Service Plan
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent to Sole Source for the Assurance Elite Service Plan, focusing on electronic and precision equipment repair and maintenance. The contractor will be responsible for providing services in the Cardiac Cath Lab, ensuring adequate workforce availability during standard operating hours while adhering to security requirements and cybersecurity compliance. This procurement is crucial for maintaining operational efficiency in medical, dental, and veterinary equipment services within the DHA facilities located in California. Interested parties can reach out to Jojie Urrete at jojie.n.urrete.civ@health.mil for further details regarding this opportunity.
    J065--Leica Histocore Service VASTLHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a service agreement for the maintenance and repair of the Leica Histocore Peloris 3 system at the VA St. Louis Healthcare System. The procurement aims to ensure reliable operation of this critical diagnostic equipment through comprehensive preventative and corrective maintenance services, utilizing only Original Equipment Manufacturer (OEM) parts. This contract will cover a performance period from March 15, 2025, to March 14, 2026, with the possibility of four additional option periods. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by February 10, 2025, to Contract Specialist Arlie Lindsey at arlie.lindsey@va.gov, including essential business details and qualifications.