Notice of Intent to Sole Source Assurance Elite Service Plan
ID: HT941025N0037Type: 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)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent to Sole Source for the Assurance Elite Service Plan, focusing on electronic and precision equipment repair and maintenance. The contractor will be responsible for providing services in the Cardiac Cath Lab, ensuring adequate workforce availability during standard operating hours while adhering to security requirements and cybersecurity compliance. This procurement is crucial for maintaining operational efficiency in medical, dental, and veterinary equipment services within the DHA facilities located in California. Interested parties can reach out to Jojie Urrete at jojie.n.urrete.civ@health.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Performance Work Statement (PWS) for a contractor tasked with providing services in the Cardiac Cath Lab. It specifies that the contractor is not required to provide services during recognized federal holidays and must maintain an adequate workforce during standard operating hours, which are Monday to Friday, excluding holidays or emergencies. The contractor may incur travel expenses subject to government approval, but there are no additional costs specified. Quality assurance and quality control specifications are not applicable. Contractor personnel must identify themselves as contractor support and adhere to security requirements, including background investigations for those needing access to defense systems. The government will not provide any services, facilities, materials, or contractor-furnished services required for this task order, although utilities will be available for the contractor's use. The document emphasizes cybersecurity compliance and the absence of personally identifiable information (PII) in the contractor's work. Overall, it serves to establish the expectations and operational guidelines regarding the contractor's responsibilities and conduct within the government facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    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.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    Reverse Osmosis Devices Maintenance Service at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for the maintenance service of Reverse Osmosis Devices at the Naval Medical Center San Diego. The primary objective of this procurement is to ensure ongoing service and maintenance of the Culligan Reverse Osmosis water system, adhering to the original equipment manufacturer's specifications and relevant safety regulations. This maintenance is critical for providing purified water necessary for medical procedures, thereby supporting patient care and operational effectiveness within the facility. Interested vendors must submit capability statements to Isaac Don Willies at isaac.a.donwillies.civ@health.mil by 09:00 Pacific Time on February 5, 2025, to be considered for this non-competitive opportunity.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Sterilization Services for Medical/Dental Tools
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for sterilization services for medical and dental instrument sets at the U.S. Naval Medical Readiness Training Unit (NMRTU) in Sasebo, Japan. The contract requires comprehensive services including the handling, processing, functional testing, and quality assurance of surgical instruments, adhering to AAMI standards, with a turnaround time of seven days from pick-up to delivery. This procurement is critical for maintaining operational readiness and compliance with health regulations at the Navy medical facility. Interested vendors must submit capability statements to Shannon La Com at shannon.lacom2.civ@health.mil by the specified deadline, as no competitive proposals will be accepted.
    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.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    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--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.