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
    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
    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.
    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.
    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.
    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.
    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
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking qualified small businesses to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. The contract entails a non-personal service agreement for the inspection, testing, calibration, refurbishment, and maintenance of medical equipment, which is crucial for ensuring operational readiness and compliance with training and mission requirements. The total contract value is estimated at up to $34,000,000, with a performance period from February 23-27, 2026, and quotes must be submitted electronically by January 9, 2026, at 3:00 PM local time. Interested vendors can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the remodel of treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires contractors to provide architectural, structural, and electrical engineering designs, along with specific modifications and approvals, while adhering to infection control standards and utility policies during construction. This procurement is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational standards. Proposals are due by 10:00 AM PST on December 15, 2025, and interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    Request for Information (RFI) - Equipment Maintenance Database
    Dept Of Defense
    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.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    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.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    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 awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.