Maintenance
ID: HT942525Q0034Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)

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 U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with AB Sciex LLC for maintenance services of designated laboratory equipment at the Defense Health Agency (DHA) located at Dover Air Force Base, Delaware. The procurement involves a Firm Fixed Price (FFP) maintenance contract that includes preventative maintenance, inspections, calibrations, and corrective repairs for AB Sciex laboratory equipment, which must be maintained according to original equipment manufacturer (OEM) specifications to ensure optimal performance. Interested parties are invited to submit their capability statements, including technical data and cost estimates, by 4:00 PM Local ET on March 28, 2025, to Brian Miller at brian.d.miller1.civ@health.mil, referencing notice number W81XWH19R0039.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Maintenance
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Ambr 250 High Throughput Bioreactor System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.
    MAINTENANCE AGREEMENT ON BC T100 PROCESSING UNIT
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract for a 12-month maintenance agreement on a BC T200 Processing Unit with Global Life Sciences Solutions USA LLC. The procurement requires comprehensive service, including two planned preventive maintenance visits, priority response for repairs, and access to certified service engineers, ensuring the equipment operates effectively in a multi-user environment reliant on precise results. Interested vendors capable of meeting these requirements must submit a capability statement by 10:00 AM EST on March 20, 2025, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all necessary documentation and manufacturer certification included. For further inquiries, vendors may contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
    Preventative Maintenance on Biomek FXp Dual Arm Liquid Handling System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventative maintenance on the Biomek FXp Dual Arm Liquid Handling System located in Silver Spring, Maryland. The contract requires comprehensive service, including labor, travel, and parts for one year, with a focus on on-site preventive maintenance performed by ISO or OEM certified technicians, unlimited repairs, and timely servicing of replacement parts. This maintenance is crucial for ensuring the reliable operation of the Biomek FXp system, which plays a significant role in government research and operations. Interested vendors should contact Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details.
    Environmental Monitoring Technical and Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Environmental Monitoring Technical and Maintenance Services to Rees Scientific Corporation. This contract will provide essential maintenance services, including annual system revalidation and technical support for a government-owned environmental monitoring system with 1,200 inputs across seven management nodes, ensuring compliance with healthcare quality standards. The contract is crucial for maintaining operational efficiency and safety at the Walter Reed National Military Medical Center in Bethesda, Maryland, with an estimated performance period from May 1, 2025, to April 30, 2030. Interested parties must express their capabilities by March 21, 2025, via email to Judith S. Meynard and Erica S. Oh, as this notice is not a request for competitive proposals.
    Notice of Intent - Sole Source for Warranty and Service for ConMed Airseal and Helix Argon
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Lovell Government Services, Inc. for extended warranty and service plans for seven AirSeal iFS units and two Helix Argon Beam units at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is essential for maintaining the operational readiness and reliability of critical medical equipment used in the Main Operating Room. The contract will be awarded under the authority permitting “Other than full and Open Competition,” and interested parties may express their capabilities by emailing Kendall Spann at kendall.j.spann.civ@health.mil by 12:00 PM EST on March 19, 2025. Please note that this notice is not a request for competitive proposals, and phone inquiries will not be accepted.
    AGS Scientific Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the maintenance of AGS scientific equipment, specifically under the Army Medical Research Acquisition Activity. This procurement aims to ensure the reliable operation and upkeep of electronic and precision equipment, which is critical for various defense health initiatives. The maintenance services will be performed in Gunpowder, Maryland, and are categorized under NAICS code 811210, focusing on the repair and maintenance of laboratory instruments. Interested parties can reach out to Tiffany Heath at tiffany.n.heath3.civ@health.mil or call 301-619-2789 for further details regarding this sources sought notice.
    Acquisition of a Service Contract for Thermo Lumos Mass Spectrometer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive service contract for the maintenance of a Thermo Lumos Mass Spectrometer. This procurement, classified under NAICS code 811210, aims to ensure uninterrupted analytical support for the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) research, as the complexity of the spectrometer requires specialized technicians from Thermo Electron North America LLC. The contract will be effective for three years and includes key tasks such as emergency technical support and scheduled preventive maintenance. Interested parties may respond with their capabilities by the deadline of March 24, 2024, although this announcement is not a request for competitive proposals. For further inquiries, contact Amber Harris at amber.harris@nih.gov.
    Hardware maintenance for lab instruments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for hardware maintenance of laboratory instruments, specifically a Nicolet iS50 FTIR Spectrometer and an iS50 Raman Module. The contractor will be responsible for providing comprehensive maintenance services, including annual on-site visits, technical support within two hours, and unlimited emergency service visits, all conducted on-site within 72 hours of notification. This maintenance is crucial for ensuring the continuous operation and reliability of essential laboratory equipment used in government research efforts. Interested vendors must respond by March 21, 2024, at 10 AM EST, and direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    QIAGEN, LLC Establishment of Preventative Maintenance and Service Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to establish a preventative maintenance and service agreement with QIAGEN, LLC for specific laboratory instruments located in Bethesda, Maryland. The procurement aims to ensure optimal functioning of the QI Acuity One, QI Agility, and QI Symphony SP instruments through a fixed-price contract that will provide factory-trained personnel for both preventative and remedial maintenance. This maintenance agreement is crucial for preventing costly repairs and ensuring the reliability of laboratory operations. Interested parties may express their interest and capabilities to Emeka Onyejekwe at emeka.onyejekwe@nih.gov by March 23, 2025, as this opportunity is being conducted under simplified acquisition procedures, allowing for a sole source award.