TMDE Preventative Maintenance
ID: HT001425R0023Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 1:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
The document lists various biomedical testing and evaluation equipment, including environmental analyzers, electronic balances, calibrators, electrical multimeters, and medical simulators, along with their respective model numbers and serial numbers. Items are categorized by type, such as "ANALYZER, INFANT INCUBATOR," "CALIBRATOR, THERMOMETER," and "TESTER, PULSE OXIMETRY MONITOR." Each entry provides essential details for procurement, indicating the technology's relevance in healthcare, particularly in the maintenance and safety compliance of medical devices. This compilation functions mainly as a resource for government agencies and contractors involved in federal RFPs and state/local grants related to medical equipment acquisition or maintenance. By listing detailed specifications and identifiers, the document facilitates the procurement process, ensuring that relevant medical institutions can acquire the necessary tools for effective patient care and adherence to safety standards. The document underscores the importance of having accurate and up-to-date resources for biomedical engineering and assures compliance with health regulations across various settings.
Apr 11, 2025, 4:09 PM UTC
The file outlines a solicitation by the Defense Health Agency Contracting Activity for hospital telephone switchboard operator and call center services at Walter Reed National Military Medical Center. The government plans to award one purchase order under FAR part 13, and proposals must meet specified formatting and content requirements. Offerors are required to submit an electronic proposal divided into two sections: Past Performance and Price. Past performance must be relevant and recent, involving work within the last 36 months, and should provide up to three summaries using a provided template. Price proposals must be submitted using SF 1449. Evaluation criteria prioritize past performance over price, with consideration given to the quality of service, timeliness, and prior business relationships. The final decision will focus on the offeror's ability to provide the most advantageous proposal to the government, factoring in both past performance and pricing. Additionally, the file specifies requirements to ensure proposals do not contain extraneous marketing information and emphasizes the importance of verifying receipt of submissions. This solicitation reflects the government's commitment to efficient and effective healthcare contracting processes while ensuring compliance with federal regulations.
Apr 11, 2025, 4:09 PM UTC
The document outlines the requirements for submitting Past Performance Summaries (PPS) in response to federal government Requests for Proposals (RFPs), grants, and state and local RFPs. It specifies that each PPS must pertain to projects completed within the last 36 months and that the work must align closely with the scope and magnitude of the current solicitation. Each summary is limited to three pages and must include critical information, including contracting activity name, contract number, type, and total values, as well as contact details for relevant officials, which may include the Contracting Officer and Program Manager. Vendors lacking recent and relevant past performance history are required to explicitly state this absence. The guidance provided emphasizes the importance of demonstrating applicable experience and may include optional details about challenges faced and corrective actions taken on prior contracts. This structure aims to ensure consistency and provide evaluators with necessary insights into a vendor’s performance history, thereby informing their decisions in the procurement process.
Apr 11, 2025, 4:09 PM UTC
The Defense Health Agency's Performance Work Statement outlines a contract for maintaining and calibrating government-owned Test, Measurement, and Diagnostic Equipment (TMDE) at Walter Reed National Military Medical Center. The contractor will provide comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment. The contract emphasizes the necessity for external support, as in-house technicians are insufficient to meet maintenance demands, reducing costs and downtime. The performance period starts from May 1, 2025, with options to extend through 2030. Key responsibilities include adhering to original manufacturer standards, providing reliable service coverage during business hours, and establishing a quality control program to ensure compliance with contractual requirements. The document highlights contractor personnel's access regulations to military premises, emphasizing adherence to security protocols. Overall, this contract is vital for sustaining the operational integrity of medical equipment essential for military healthcare delivery.
Apr 11, 2025, 4:09 PM UTC
This government file outlines a contract solicitation (HT001425R0023) for the calibration and maintenance of Test Measurement & Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center. The total contract involves 411 units of TMDE requiring preventative maintenance and safety inspections, with options for additional parts and labor. Bids are due by 9:00 AM on April 23, 2025. The contract emphasizes compliance with various federal regulations and encourages participation from small businesses, including service-disabled veteran-owned and women-owned small businesses. Delivery is specified to occur between May 1, 2025, and April 30, 2026, with options for potential extensions up to 2028. The solicitation includes numerous clauses related to contractor responsibilities, payment procedures, and performance evaluation criteria, which are essential for compliance in federal contracting. This document serves as both a guideline for contractors wishing to submit proposals and as an official request for services needed by the government.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Equipment Calibration and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting bids for Equipment Calibration and Maintenance services at the Naval Medical Center Portsmouth, Virginia. This procurement involves a non-personal services contract requiring the contractor to provide all necessary personnel, equipment, and supplies to perform maintenance on medical equipment over a five-year period, from May 2025 to May 2030, including preventive maintenance and corrective repairs while ensuring compliance with regulations such as HIPAA. The selected contractor must maintain equipment according to original manufacturer specifications and submit service reports, with a focus on quality maintenance and operational continuity in medical services. Interested vendors must submit their bids, including a quote and required documentation, by April 25, 2025, at 8:00 AM Eastern Standard Time, and can direct inquiries to Kimberly Bunn at kimberly.p.bunn.civ@health.mil.
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
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.
Surgical Instrument Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Surgical Instrument Maintenance and Repair Services at various military medical facilities, including Naval Hospital Sigonella, Naval Hospital Naples, and NMRTC Rota in Europe. The contractor will be responsible for on-site repair and maintenance of surgical and dental instruments, ensuring their operational readiness through services such as inspection, cleaning, lubrication, and repair of over 12,000 items. This procurement is critical for maintaining the quality and availability of medical equipment necessary for military healthcare operations. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Gregory M. Crump at gregory.m.crump.civ@health.mil.
Master BPA - Tissue Staining Chemical Analyzer and Services
Buyer not available
The Defense Health Agency (DHA) is conducting a sources sought announcement for the procurement of tissue staining chemical analyzers and associated services, specifically targeting the Walter Reed National Military Medical Clinic in Bethesda, Maryland. The agency seeks to acquire commercial items, including the Bench Mark Ultra, Bench Mark Ultra Plus, and Ventana HE 600 analyzers, along with necessary reagents and operational services to ensure proper functionality. These analyzers play a critical role in laboratory diagnostics, enhancing the capabilities of healthcare providers within the military medical system. Interested parties are encouraged to submit non-proprietary capabilities statements by April 28, 2025, at 09:00 AM EST, with inquiries directed to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Faatalivale Te’o-Lewis at Faatalivale.m.teo-lewis.civ@health.mil.
J065--REQUEST FOR QUOTES PREVENTATIVE MAINTENANCE FOR ENTIRE FLEET OF PHOROPTERS WASHINGTON DC VA MEDICAL CENTER 688-25-2-952-0387
Buyer not available
The Department of Veterans Affairs is soliciting quotes for preventative maintenance services for its fleet of phoropters at the Washington DC VA Medical Center. The contract, valued at approximately $34 million, requires comprehensive maintenance services for 25 phoropters, ensuring compliance with manufacturer guidelines and regulatory standards. This initiative underscores the importance of maintaining high-quality medical equipment to support the healthcare needs of veterans. Interested vendors should submit their quotes by May 2, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at patricia.thai@va.gov.
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
DITMCO Test Consoles service and repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the service and repair of DITMCO Test Consoles, as outlined in Solicitation Number W911N225R0018. The procurement focuses on repair, calibration, and exchange services for military applications, targeting small businesses, including those owned by service-disabled veterans and women, with a contract structure based on time and materials for off-site services. This opportunity is critical for maintaining the operational readiness of military equipment, ensuring compliance with government standards through detailed billing structures and regulatory guidelines. Interested parties should direct inquiries to Michael Pitone at michael.f.pitone.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil, with proposals due by May 5, 2025.