J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0403Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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 Veterans Affairs is seeking qualified small businesses to provide preventative and corrective maintenance services for the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for all necessary labor, materials, and parts to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and timely corrective repairs. This contract is crucial for maintaining high standards of medical equipment functionality, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotations by February 14, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov, with the contract expected to span one base year and four optional one-year extensions.

    Point(s) of Contact
    Loan DhoContract Specialist
    loan.dho@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for preventative and corrective maintenance of the Candela VBeam Perfecta equipment at the Greater Los Angeles VA Healthcare System. Issued by the Department of Veterans Affairs, it is set-aside for small businesses and emphasizes a firm fixed price contract. The scope includes provision of labor, supplies, software, and necessary parts for maintenance, along with a service response framework requiring on-site availability within specified timeframes. Key responsibilities include conducting annual preventive maintenance inspections and responding to corrective maintenance requests within 24 and 48 hours, respectively. The contract entails a base year with four one-year options, adhering to manufacturer guidelines and compliance standards set by The Joint Commission. Contracting specialists will evaluate quotes based on technical capability, past performance, and cost. The contractor must comply with eligibility and qualification standards, including insurance requirements. Key submission instructions, including deadlines and required documentation, ensure an organized procurement process. Overall, this initiative is a critical component of the VA's commitment to maintaining medical equipment effectively, promoting operational efficiency and safety standards within the healthcare system.
    The document outlines the instructions for offerors responding to a Request for Quote (RFQ) for preventative and corrective services concerning the government-owned Candela VBeam Perfecta equipment. Incorporating provisions from the Federal Acquisition Regulation (FAR) 52.212-1, the addendum specifies requirements such as the submission of signed quotes, the necessity of providing a technical description of the items, pricing, and completion of representations and certifications. The solicitation is uniquely set aside for small businesses, emphasizing compliance with established small business size standards. Offerors are instructed to submit quotes by a specified deadline, accompanied by pricing per the provided schedule, and are reminded that multiple quotes may be submitted. The document stresses the importance of adherence to requirements and emphasizes that the government may issue purchase orders based on the best price and technical terms. Offers that fail to meet the requirements could be excluded from consideration, and unsuccessful quoters will not be notified. Overall, the document serves as a comprehensive guide for potential contractors in the context of federal procurement processes.
    The document outlines the evaluation criteria for government solicitations regarding commercial products and services, specifically detailing the process for selecting quotations. The primary basis for award will be the quotation deemed most advantageous to the government, factoring in price and other considerations. Key evaluation aspects include technical capability, past performance—which assesses the quoter’s likelihood of success based on historical fulfillment—and pricing, with a total evaluated price derived from all line items, including options. The document specifies that options, such as extending services, will be evaluated by aggregating total costs, suggesting that quoting entities should only price specified time periods and not optional extensions. This evaluation framework aims to ensure the selection of quotations that not only meet the minimum solicitation requirements but also provide additional value and benefits to the government. The overall intent is to promote competition while securing the most beneficial agreements for government projects.
    The document outlines the VA's Notice of Limitations on Subcontracting for contractors in compliance with 38 U.S.C. 8127. Successful offerors must certify adherence to limitations on subcontracting, specifying that contracts for services limit payments to non-SDVOSB/VOSB firms to 50%, general construction to 85%, and special trade construction to 75%. Any work subcontracted by certified SDVOSB/VOSB contractors counts towards these limits. The document emphasizes the importance of accuracy in the certification process, with penalties for false claims. It also outlines the obligation for offerors to maintain records to demonstrate compliance, with failure to do so resulting in potential remedial actions. The formal certification must be signed and returned with proposals. This framework encourages small business engagement in government contracts while ensuring compliance and accountability.
    The document outlines the Statement of Work (SOW) for a contract focused on the preventative and corrective maintenance of the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The Contractor is responsible for providing all necessary labor, materials, and services to ensure optimal performance of the equipment, which includes scheduled preventive maintenance inspections (PMI) and on-site corrective repairs. The contract will span one base year with four optional extensions, requiring technician support five days a week, including emergency service after hours and on holidays. Key requirements emphasize compliance with manufacturer protocols and The Joint Commission standards, with detailed service reports to be submitted after each maintenance task. The Contractor must supply standard new parts and handle them per government regulations. Invoicing will occur monthly in arrears, and the Contractor must maintain appropriate insurance as per federal and California laws. This contract reflects the government's commitment to ensure quality equipment upkeep for healthcare services, establishing clear expectations for both the Contractor and the VA facilities involved.
    Similar Opportunities
    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.
    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.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Defense Health Agency (DHA) is soliciting quotes for a firm fixed-price contract to provide comprehensive maintenance and repair services for the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as Solicitation HT940625Q0004, will cover a five-year period from April 1, 2025, to March 31, 2030, including a base year and four option years, and will require the contractor to perform preventive maintenance, repairs, and ensure compliance with FDA regulations. This service is critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Proposals must be submitted electronically by February 17, 2025, and will be evaluated based on technical competency, pricing completeness, and adherence to business requirements, with a focus on maintaining a robust Quality Control program. Interested parties can contact Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil for further information.
    Q522--Contrast Injector Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service contract to maintain and support Bayer MedRad contrast injectors at the Baltimore VA Medical Center. The contract will cover a base year from February 12, 2025, to February 11, 2026, with two optional renewal years, and requires vendors to provide comprehensive maintenance services, including repairs, preventative maintenance, software updates, and technical support to ensure compliance with OEM specifications. This initiative is critical for maintaining the operational reliability of medical equipment, which is essential for patient care at the facility. Interested vendors should contact Contracting Officer Keysha Gorman at Keysha.Gorman74@va.gov for further details and to submit proposals in accordance with the outlined requirements.
    J066--Service and maintenance of the Steris Ultrasonic Cleaners. Maintenance New Base Plus Four
    Buyer not available
    The Department of Veterans Affairs is seeking to award a five-year firm fixed-price contract for the service and maintenance of Steris Ultrasonic Cleaners at the Birmingham VA Medical Center. The objective of this procurement is to ensure full operational efficiency of various Steris sterilization equipment through preventive maintenance, unscheduled repairs, and timely documentation of services performed, all in accordance with manufacturer specifications. This maintenance is critical for the timely sterilization of medical equipment used in surgical and other healthcare services, thereby supporting patient care. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB), must submit their capability statements to William Prenzler at william.prenzler@va.gov by 3:00 PM EST on February 6, 2025, to be considered for this opportunity.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    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.
    J065--Boston Scientific Laser Maintenance - Iowa City VA
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for Medical Laser Maintenance Services to Boston Scientific for the Iowa City VA Health Care System. This procurement is necessitated by the proprietary nature of the maintenance services, which can only be provided by Boston Scientific, the original equipment manufacturer (OEM) of the medical lasers in use. The contract, estimated at $28,000 for the base year and $57,600 total (base plus one option year), underscores the critical need for specialized service to ensure compliance with safety regulations and the proper upkeep of complex medical equipment. Interested vendors may submit capability statements to Savannah Weberg, Contracting Specialist, at savannah.weberg@va.gov, as the government will consider these submissions to determine if competitive procurement is feasible.
    6540--Brand Name or Equal Ophthalmic Laser System
    Buyer not available
    The Department of Veterans Affairs is seeking to procure a brand-name or equal Oculight TX ophthalmic green laser system and indirect ophthalmoscope for the Fredericksburg Healthcare Center in Fredericksburg, Virginia. This equipment is essential for performing Laser Photocoagulation eye surgery and represents a one-time acquisition under a 100% Small Business Set-aside policy. The solicitation number for this opportunity is 36C24625Q0393, with a formal solicitation expected to be issued around February 7, 2025, and a response deadline set for February 13, 2025, at 11 AM Eastern Time. Interested offerors must direct all correspondence to Contracting Officer Ronnie Gregory via email at Ronnie.Gregory@va.gov, as telephone inquiries will not be accepted.
    6515--Repair of Prosthetics-Long-term DME Contract (VA-25-00036581)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors for a long-term contract focused on the repair and maintenance of durable medical equipment (DME) and home medical equipment (HME) for eligible Veterans. The contract will encompass comprehensive services including delivery, pick-up, storage, sanitizing, and repair of mobility devices such as manual wheelchairs, power chairs, and scooters, ensuring compliance with The Joint Commission standards. This initiative is crucial for providing essential support to Veterans, enhancing their mobility and quality of life. Interested parties must submit their capabilities, including business size classifications and a Unique Entity Identifier (UEI), to Contract Specialist Kimberly Anderson at kimberly.anderson6@va.gov by February 5, 2025, at 3:00 PM CST. Responses to this notice do not obligate the Government to award a contract.