J065--GOVERNMENT OWNED SCOPES PMIR - Base +4 OY [605] | POP: (09/20/2025 - 09/19/2030)
ID: 36C26225Q0988Type: Combined Synopsis/Solicitation
AwardedAug 13, 2025
$1.1M$1,100,000
Awardee3T BUSINESS GROUP LLC AUSTIN 78702
Award #:36C26225P1782
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

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for preventative maintenance inspection and repair (PMIR) services for government-owned scopes at the VA Loma Linda Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and tools to maintain various medical scopes, including rigid and flexible endoscopes, ensuring compliance with safety regulations and timely repairs. This contract, which spans from September 20, 2025, to September 19, 2030, is critical for maintaining the functionality of essential medical equipment used in surgical procedures. Interested vendors must submit their quotes by July 14, 2025, and direct any inquiries to Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov.

    Point(s) of Contact
    Norman Napper-RogersContracting Officer
    Norman.Napper-Rogers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Quotations (RFQ) for preventative maintenance inspection and repair services for government-owned scopes at the VA Loma Linda Healthcare System. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, compliant with federal regulations. The contract's period of performance spans from July 1, 2025, to June 30, 2030. The contractor will be responsible for all aspects of equipment repair, including labor, transportation, materials, and tools for various medical scopes used in surgical procedures, such as endoscopes and ultrasound probes. Service timelines for repairs will vary based on the severity of the issues, ranging from 24 hours for minor repairs to more than three days for extreme damage. The contractors must also provide electronic service reports and maintain strict adherence to quality control and safety regulations. Submissions must include price quotations, capabilities statements, and certifications proving qualifications relevant to the work. The evaluation will prioritize cost and past performance, with submissions due by June 30, 2025. The summary emphasizes the VA’s commitment to utilizing SDVOSBs and ensuring high-quality maintenance of critical medical equipment.
    This document outlines an amendment to a combined solicitation for preventative maintenance inspection and repair (PMIR) services for government-owned scopes at the VA Loma Linda Healthcare System. The solicitation is open to Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, with a response deadline set for July 14, 2025. Key updates include revised performance dates from September 20, 2025, to September 19, 2030, and due dates for inquiries and quotes with a strict no-late-submission policy. The contractor must provide all labor, materials, and tools for the maintenance of various medical scopes, adhering to the specified service standards and timelines for repairs. The contractor will also be responsible for picking up and delivering equipment, providing detailed documentation for all services performed, and ensuring compliance with safety regulations. The contract prioritizes potential vendors based on price and past performance, with a strong emphasis on SDVOSB participation reflecting the government's commitment to supporting veteran-owned businesses. The document serves as an official solicitation for services under federal contracting guidelines, encapsulating critical operational and administrative details necessary for prospective bidders.
    The document outlines an amendment to a combined solicitation for preventative maintenance inspection and repair (PMIR) services on government-owned scopes at the VA Loma Linda Healthcare System, with a contract period from September 20, 2025, to September 19, 2030. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses and focuses on the contractor's provision of labor, materials, and tools necessary for maintenance on various medical scopes, including rigid and flexible endoscopes. The contractor must ensure timely repairs, provide warranties, and submit detailed reports on services rendered. The document establishes specific guidelines regarding the contractor's responsibilities, quality control, and personnel qualifications. Security measures, identification protocols, and safety regulations are mandated for contractor staff while working on-site. Furthermore, it describes the evaluation criteria for awarding the contract, noting that price and past performance will be the primary factors, with a preference for the most advantageous proposal to the government. The document emphasizes the need for strict compliance with terms, deadlines for submissions, and provides contact information for inquiries, ensuring transparency in the procurement process.
    The Sources Sought Notice issued by the Department of Veterans Affairs seeks market research on potential small business contractors capable of repairing various medical equipment, specifically scopes utilized in surgical and endoscopic procedures. The solicitation aims to identify qualified Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and other small business types. Interested companies must demonstrate their capabilities by providing detailed documentation, including contact information and their qualifications. The contractor's responsibilities include servicing and repairing a wide range of equipment, ensuring timely completion of repairs—minor repairs within 24-72 hours and major repairs within 2-5 days. Contractors are required to notify the Contracting Officer Representative (COR) regarding the status of repairs and utilize original manufacturer parts. Additionally, the contractor must provide field service reports after each repair and maintain compliance with safety standards. The work will occur at the VA Loma Linda Healthcare System, emphasizing contractor qualifications, safety protocols, and operational logistics. The notice serves as an invitation for businesses to express interest in fulfilling this critical role in maintaining healthcare equipment for U.S. Veterans.
    The document outlines a comprehensive inventory of medical and surgical equipment, focusing on specific manufacturers, models, and quantities for a potential procurement initiative in a healthcare setting. Key manufacturers include Olympus, Pentax, ACMI, Karl Storz, and Siemens, detailing a range of scopes and ultrasound probes, such as the Olympus ENF-VH, Pentax VLS-1190STK, and various Siemens probes. Additionally, it lists surgical instruments with corresponding part numbers and quantities, highlighting attachments and drills from Medtronic and Stryker, among others. This inventory appears to serve as a basis for federal or state RFPs, aimed at supplying healthcare facilities with necessary equipment to enhance operational capacity and medical services. The meticulously structured format categorizes equipment into scopes, probes, and surgical instruments, ensuring clarity and ease of access for evaluators in the procurement process. Overall, this document emphasizes the need for detailed specifications and quantities in government procurement efforts related to healthcare improvements.
    The document details a federal Request for Proposal (RFP) regarding maintenance services for government-owned scopes at the VA Loma Linda Healthcare System (HCS). It outlines a price/cost schedule for five contract periods, including a base year (07-01-2025 to 06-30-2026) and four optional years extending to 06-30-2030. Each service period includes a quantity of one year for the maintenance of medical, dental, and veterinary equipment, categorized under NAICS code 811210, which relates to electronic and precision equipment repair. The primary objective of the RFP is to secure reliable and consistent maintenance services for critical healthcare equipment, ensuring functionality and compliance with relevant standards throughout the contract duration. The document serves as a formal procurement tool to attract qualified vendors to provide these essential services to the VA HCS.
    Similar Opportunities
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    W065--Scope Lease and Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a Brand Name or Equal GI Scope Lease with Service for the Captain James A. Lovell FHCC in North Chicago, IL. The procurement involves leasing and servicing KARL STORZ equipment, including the installation of two additional KARL STORZ NEO AIR systems, to meet increased clinical demand while ensuring compatibility with existing systems and advanced imaging features. This contract is crucial for maintaining high-quality medical services and enhancing operational efficiency within the facility. Interested parties should contact Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov or 414-844-4800 for further details, as this opportunity falls under NAICS code 532490 and PSC code W065.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.