Stryker Cot Maintenance
ID: N0040624Q1032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, 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 Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a certification concerning the accuracy of statements related to a sole source or brand name justification process within the NAVSUP Fleet Logistics Centers. The signer affirms that the information provided is complete and correct to their knowledge and confirms that it does not contain any classified information. This form signifies compliance with federal regulations regarding procurement and sourcing, emphasizing transparency and integrity in the procurement process. The certification is an integral part of the RFP (Request for Proposal) process, ensuring that government contracts are awarded in a fair and just manner while aligning with established guidelines. This action underscores the importance of accurate disclosures and adherence to regulatory standards in managing federal resources and contracts.
    NAVSUP Puget Sound is seeking quotes for a firm fixed price purchase order under RFQ N0040624Q1032 for annual maintenance of Stryker power cots across four Naval locations in Washington state. The contract will be awarded to a vendor who meets specific requirements, including performing preventative and corrective maintenance by Stryker-trained specialists with a warranty for provided parts. Quotations are due by September 19, 2024, and must include specific documentation such as company name, contact information, and CAGE code. All vendors must register with the System for Award Management (SAM). The maintenance service includes annual inspections, documentation, battery servicing, and compliance with all operating standards. The period of performance ranges from October 1, 2024, to September 30, 2029, with options for extensions in subsequent years. This solicitation represents a move towards ensuring the equipment is maintained adequately, reinforcing the Navy's commitment to operational readiness and safety in its fire and emergency services operations.
    The document appears to be an extensive compilation of various government-related requests for proposals (RFPs) and grants at federal, state, and local levels. It systematically outlines the specifications and requirements for project solicitations aimed at enhancing public services and infrastructure. The key themes include opportunities for funding and collaboration in sectors like construction, environmental assessments, health, and public works. The structure includes detailed descriptions of project scopes, timelines, eligibility criteria, and application processes, emphasizing regulatory compliance and safety measures. It also underscores the importance of contractor qualifications and experience, and outlines critical deadlines and funding limits. By leveraging public and private sector expertise, the initiatives seek to drive local economic growth and meet community needs effectively. Overall, this document serves as a vital resource for potential bidders and grant applicants, guiding them in understanding the multifaceted landscape of governmental opportunities available to facilitate various projects.
    The document outlines a series of federal and state grant initiatives and RFPs (Requests for Proposals) aimed at improving infrastructure, environmental health, and community resources in various areas. It includes information about program objectives, eligibility criteria, funding limits, application processes, and deadlines. The focus appears to be on promoting safety, public service enhancement, and environmental sustainability through financial support for eligible organizations. Key initiatives address issues such as hazardous material management, infrastructure modernization, public health improvements, and community engagement efforts. For instance, there are proposals aimed at conducting comprehensive surveys and remediations of hazardous materials in historic sites, akin to enhancing overall public safety through environmental assessments. The document's structure is primarily divided into sections that detail each initiative, highlighting specific goals and the expected impact on local communities. It promotes transparency in funding allocation and encourages diverse participation from governmental and non-governmental entities in tackling pressing environmental and social challenges. Overall, the document encapsulates the government's commitment to improving community welfare through targeted investments and strategic grants, reflecting a proactive approach to pressing infrastructure and environmental health issues.
    The document appears to focus on federal and state/local Requests for Proposals (RFPs) and grant opportunities, particularly emphasizing funding for specific projects. It outlines the procedures and criteria for successful submissions, detailing necessary compliance with government regulations and standards. Key points include the importance of aligning project goals with federal priorities, ensuring transparency in budgeting, and demonstrating community impact. The file stresses collaboration among various stakeholders and maintaining documentation throughout the proposal process. The structure includes procedural instructions, eligibility criteria, and a checklist for applicants to ensure all requirements are met. It also emphasizes the need for well-defined project objectives, measurable impacts, and sustainable practices. The overarching goal is to secure adequate funding while promoting accountability and efficiency in the use of public resources. This initiative showcases the government's commitment to fostering community development through strategic investments.
    Lifecycle
    Title
    Type
    Stryker Cot Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is soliciting quotes for a firm fixed price contract to provide Schneider Electric Certified Technician services for the maintenance of Symmetra LX 16K Uninterruptible Power Supply (UPS) units at NCTS Far East Detachment Okinawa, Japan. The procurement aims to secure on-site warranty services for these critical UPS units, which are essential for protecting electronic equipment from power disturbances and ensuring operational continuity for Navy-supported commands. This contract, set as a Total Small Business Set-Aside, will cover warranty services for up to five years, including parts and labor, with a maximum response time of three business days for service requests. Interested vendors must submit their electronic quotes by 10:00 AM EST on September 21, 2024, to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair and testing of power supply units under the solicitation titled "POWER SUPPLY." The procurement requires contractors to provide FAA-certified parts and adhere to strict quality control measures, including compliance with various military standards and documentation requirements. These power supply units are critical components for military operations, necessitating timely and reliable repairs to ensure operational readiness. Interested contractors must submit their quotes by 2:00 PM EST on the specified closing date, and inquiries can be directed to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL.
    POWER SUPPLY ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two units of the POWER SUPPLY ASSEMB, identified by NSN 7HH 6130 016473052, through a fixed-price contract. The procurement is focused on the repair of existing units, as new procurement or remanufactured items will not be accepted, and only sources approved by the In-Service Engineering Activity (ISEA) may be considered for this sole-source requirement. This repair is critical for maintaining operational capabilities, as the government does not possess the technical data necessary for repairs, emphasizing the importance of certified contractors in this process. Interested parties must submit their repair quotes to Wendy Adams via email at WENDY.L.ADAMS@NAVY.MIL by the extended deadline of September 19, 2024, and must ensure their quotes remain valid for eight months from the submission date.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power supply units under a fixed-price contract. This procurement requires compliance with specific military standards for packaging and inspection, and the awarded contractor must be an authorized source for the items being supplied. The power supplies are critical components for various defense applications, ensuring reliability and performance in military operations. Interested vendors should submit their quotes, including pricing and delivery timelines, to Stephanie R. Perez at stephanie.r.perez1@navy.mil, with a minimum quote expiration of 90 days.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a POWER SUPPLY under a fixed-price contract. The procurement requires compliance with specific quality assurance standards, including MIL-STD packaging and government source inspection, and emphasizes the necessity for authorized distributors to provide proof of their status as such. This contract is critical for ensuring the reliability and functionality of electrical converters used in defense applications. Interested vendors should submit their quotes electronically to Howard Langenstein at HOWARD.F.LANGENSTEIN.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and detailed pricing and delivery information included. The solicitation is open for responses, and the contract will be awarded bilaterally upon acceptance by the selected contractor.
    POWER SUPPLY,UN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units. The procurement aims to ensure the operational readiness of these critical components, which are essential for various military applications. Contractors are required to provide a firm-fixed-price quote that includes repair turnaround time and compliance with government inspection standards, with an emphasis on timely delivery and quality assurance. Interested parties should contact Nicole Diehl at 717-605-5415 or via email at nicole.diehl@navy.mil for further details, as the solicitation includes specific requirements and deadlines for submission.
    Actuator Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotations for six 100-kip hydraulic actuator assemblies under RFQ no. N0016724Q0324. The procurement aims to acquire functional and durable hydraulic actuators that meet specific technical criteria, including operational capacity, structural materials, and assembly components, with a focus on cost-effectiveness through a lowest price technically acceptable (LPTA) evaluation approach. These actuator assemblies are critical for various Navy applications, ensuring reliable performance in demanding environments. Interested vendors must submit their quotes by September 25, 2024, and direct any questions to Steven Besanko at steven.besanko@navy.mil by September 23, 2024, at 12 PM EST.
    39--ENERPAC HYDRAULIC JACKING SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to procure an ENERPAC HYDRAULIC JACKING SYSTEM KIT. This kit is typically used for lifting heavy objects or equipment in maritime operations. The procurement will be a firm fixed price supply contract for delivery to Puget Sound Naval Shipyard in Bremerton, WA. The RFQ is estimated to be issued on January 26, 2017, and will be electronically posted on the NECO website. All responsible sources may submit a quotation. Interested offerors must complete pricing, representations and certifications, provide manufacturer information, and ensure current registration in the System for Award Management (SAM).