Maintenance and Calibration Services for Audiology Equipment
ID: 12207290Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract for Maintenance and Calibration Services for Audiology Equipment to e3 Carolina Sales and Service. This procurement aims to secure commercial-off-the-shelf (COTS) services for the installation, calibration, and maintenance of specific audiology equipment, which is crucial for the operational effectiveness of the Naval Medical Center Portsmouth. The contract, valued at approximately $177,530, will cover a one-year period from April 30, 2025, to May 1, 2026, and responses to this notice must demonstrate that competition would be beneficial to the Government. Interested parties can direct inquiries to Contract Specialist Luis Zeno-Pimentel at luis.a.zeno-pimentel.civ@health.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J065--Diagnostic Tympanometers Portable Audiometers
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract for Otometrics Portable Audiometers from Natus Medical Incorporated, which are essential for integration with existing Otosuite software at VA medical centers. The procurement includes diagnostic tympanometers and audiometers that are proprietary to Natus Medical, highlighting their critical role in providing medical services. Interested firms may submit written notifications demonstrating their capability to meet the requirements, although this notice is not a request for competitive proposals. Responses are due by April 14, 2025, at 10:00 AM Mountain Time, and must be sent via email to Contract Specialist Ricky Smith at ricky.smith4@va.gov. Contractors must also be registered in the System for Award Management (SAM) by the response deadline.
J065--Audiology Equipment Service and Repair Contract Base Plus Four Option Years
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the maintenance and repair of audiology equipment at the Puget Sound VA Medical Center in Seattle, Washington. This opportunity involves a firm-fixed price contract that includes an initial base year and four option years, aimed at ensuring the operational readiness of essential diagnostic equipment for veterans. Contractors must demonstrate qualifications from the Original Equipment Manufacturer (OEM) and provide comprehensive maintenance, calibration, and repair services across multiple locations, with performance primarily during normal hospital hours to minimize equipment downtime. Interested vendors, particularly Small Businesses and Service-Disabled Veteran-Owned Small Businesses, must respond by April 16, 2025, and are required to be registered in the System for Award Management (SAM) and the Department of Veterans Affairs’ VetBiz Registry. For further inquiries, potential bidders can contact Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922.
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
Thermo Electron Chromatography System Service Maintenance
Buyer not available
The Department of Defense's Defense Health Agency intends to award a sole source contract to Thermo Electron North America LLC for the maintenance and repair of three Ion Chromatography Systems at the Navy Environmental Preventive Medicine Unit in San Diego, California. The contract, which is set to run from April 15, 2025, to January 22, 2026, requires the contractor to perform at least one annual preventive maintenance service, provide unlimited technical support, and ensure the systems remain operational at optimal levels. This procurement is critical for maintaining the functionality of essential health monitoring systems within the military health infrastructure, classified under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance. Interested parties may submit capability statements to challenge the sole source intent by April 11, 2025, and should direct inquiries to Jane Pamintuan at jane.pamintuan.civ@health.mil or call 210-952-7084.
Maintenance Services
Buyer not available
The Defense Health Agency (DHA) is planning to award a Firm-Fixed Price Purchase Order for maintenance services of laboratory microscopes at the Walter Reed National Memorial Medical Center in Bethesda, Maryland. The procurement aims to continue the support and maintenance of microscopes that were originally installed and maintained by Proaim Americas, LLC, which is the sole source for this requirement. This opportunity is critical for ensuring the operational efficiency of laboratory equipment essential for medical diagnostics and research. Interested parties may express their interest and submit capabilities statements to Mr. Corwin T. Kirby at kirby.t.corwin.ctr@health.mil or Mr. Edgar R. Duchemin at edgar.r.duchemin.civ@health.mil by midnight on April 11, 2025, as no competitive quotations will be solicited.
Mobile Audiometry Headsets
Buyer not available
The Department of Defense, specifically the Army National Guard, is seeking proposals for the procurement of Mobile Audiometry Headsets and an Admin Tablet, as outlined in solicitation number W912TF25QA009. The requirement includes five mobile audiometry headsets equipped with a tablet, calibration output check fixture, and accessories, all designed for efficient audiometric testing and hearing protector fit testing, with specific performance criteria. These items are crucial for maintaining hearing health and safety standards within military operations. Interested vendors must submit their quotes by May 5, 2025, and direct any technical inquiries to Keith Abbott or Richard Trafton via email by April 28, 2025. Registration with the System for Award Management (SAM) is required for eligibility.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
NOTICE OF SOLE SOURCE AWARD
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a sole source award for the procurement of polysomnography equipment valued at $52,528.55 for the Carl R. Darnall Army Medical Center Sleep Lab in Fort Cavazos, Texas. This specialized equipment, produced by Nihon Kohden America, LLC, is critical for the accurate diagnosis and treatment of sleep disorders, ensuring compatibility with existing systems and compliance with the standards set by the American Academy of Sleep Medicine. The justification for this sole source procurement highlights that Nihon Kohden is the only authorized vendor capable of supplying this essential equipment to military health facilities, with a delivery date set for May 15, 2025. Interested parties may contact Sheryl Egans at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881 for further information.
51263-Vevo Standard Protection Service Level Agreement (SLA)
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is seeking a service contract for the maintenance of a Vevo 3100 ultrasound system, specifically from the original equipment manufacturer, Fujifilm VisualSonics. The contract will cover one base year with two optional years and requires at least one preventative maintenance visit annually, along with all necessary parts, labor, overtime, and travel, ensuring a guaranteed response time of 24 hours for service requests. This procurement is critical for maintaining operational readiness and reliability of specialized medical instruments used by the Navy Expeditionary Medical Research Command. Interested parties can reach out to Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further inquiries regarding this opportunity.