VHA Black Hills Sterile Instrument Maintenance and Repair Services
ID: 36C26325Q1002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to provide sterile instrument maintenance and repair services for the Veterans Health Administration Black Hills Health Care System. The procurement includes responsibilities for preventative maintenance, urgent and routine repairs of surgical instruments and case carts, and compliance with health and safety standards, including those set by the FDA. This initiative is crucial for ensuring that surgical instruments meet operational standards for safety and effectiveness, thereby supporting high-quality medical services for veterans. Interested parties must submit their proposals by August 8, 2025, with a contract ceiling price of $400,000 and a minimum guarantee, and can direct inquiries to Jeffrey Brown at Jeffrey.Brown8@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for surgical instrument maintenance and repair services at the Veterans Health Administration Black Hills Health Care System. The RFP specifies that the contractor will be responsible for performing preventative maintenance and repair services for surgical instruments and case carts, ensuring compliance with stringent standards including those set by various health and safety organizations. The services required include online inventory management, urgent and routine repairs, and adherence to manufacturer specifications. The contract features an indefinite quantity with a minimum guarantee and a ceiling price of $400,000. The contractor must also ensure security compliance, provide necessary training for staff, and maintain accurate documentation of all services performed. The initiative reflects the government's commitment to high-quality medical services and operational efficiency within veteran healthcare facilities, ensuring that surgical instruments meet necessary operational standards for safety and effectiveness.
    The VHA Black Hills Health Care System announced a presolicitation notice for Instrument Maintenance and Repair services. This notice, identified by solicitation number 36C26325Q1002, signifies that a formal solicitation will be published soon, and no responses are required at this stage. The contracting process is managed by the Department of Veterans Affairs, specifically by the Network 23 Contracting Office located in St. Paul, Minnesota. Proposals are due by July 22, 2025, at 1:00 PM Central Time, with the place of performance set at the Fort Meade facility in South Dakota. The contract falls under the product service code J066, and the relevant NAICS code is 811210, indicating a focus on maintenance and repair services. The point of contact for any inquiries is Contracting Officer Jeffrey Brown via email. Overall, this document outlines the preliminary steps in the contracting process for essential maintenance services within the VA health care system.
    The Veterans Health Administration's Black Hills Health Care System requires surgical instrument maintenance and repair services as outlined in this amendment to the request for proposals (RFP). The amendment addresses vendor queries regarding service requirements, including a transition from a twice-weekly schedule to monthly visits for unscheduled repairs. Key elements include a detailed inventory of surgical instruments, specifications for preventative maintenance, and guidelines ensuring repairs meet original manufacturer standards. Contractors are mandated to provide an online monitoring system for tracking instrument repairs and must document all services rendered. A comprehensive approach to maintenance is established, emphasizing quality and adherence to regulatory standards, including the FDA and various health organizations. Off-site and complex repairs are allowed, with cost structures specified for various devices. The document emphasizes accountability through reporting mechanisms, including monthly invoices and customer service feedback to monitor contractor performance. Security prerequisites for contractor staff, oversight procedures, and provisions for holiday operations are also articulated. These measures aim to maintain surgical instrument functionality and compliance with high safety standards, ultimately facilitating quality patient care within the health system.
    Similar Opportunities
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    J065--RFI/SSN- Maintenance and services for government Steris Sterilization CAVHS
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide maintenance and services for Steris Sterilization units at the Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, Arkansas. The procurement requires contractors to supply all necessary labor, tools, materials, OEM-certified personnel, and equipment for installation, maintenance, calibration, inspections, and repairs, with a focus on ensuring compliance with safety standards and timely service response. This opportunity is critical for maintaining the operational efficiency of sterilization equipment essential for healthcare services, and the government anticipates a competitive, firm fixed-price contract with a one-year term and four option years. Interested parties must submit their responses, including company details and qualifications, by December 19, 2025, to Contracting Officer Anthony Marion at anthony.marion2@va.gov.
    6520--691-Dental Instrumentation Kits
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified vendors to provide Dental Instrumentation Kits, including Hygiene, Restorative, Endo, Endo Spreader, and Assorted Instrument Kits, for the VA Greater Los Angeles Healthcare System. These kits are essential for assisting surgeons in performing dental procedures aimed at restoring knee operations for patients. This procurement is a firm-fixed price, short-term contract, and responses to the sources sought notice are due by December 11, 2025, at 10:00 AM Pacific Time. Interested vendors should contact Contracting Officer Jonathan C. Ford via email at Jonathan.Ford1@va.gov for further information and must comply with the Non-Manufacturer Rule and Buy American Act requirements.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    Request for Information Scope Lease
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for leasing and maintaining various medical scopes and supporting equipment through a Request for Information (RFI). The procurement aims to assess the commercial market's capability to provide advanced medical equipment, including urology, ENT, gastro, and bronchoscopes, along with necessary supporting devices such as monitors and laser systems, all of which must meet the latest technological standards and compatibility requirements for sterilization processes at VA facilities within VISN 15. This initiative is crucial for enhancing medical services provided to veterans, ensuring access to state-of-the-art medical technology. Interested vendors must submit their responses, limited to five pages, by 3:00 PM (CST) on December 8, 2025, via email to Jessica D. Barton at jessica.barton1@va.gov, and must be registered in SAM to be eligible for future contract awards.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    J066--VISN22 CRYOSTAT PREVENTIVE MAINTENANCE AND SERVICE BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for preventive maintenance and repair services for seventeen Epredia Cryostar NX50 instruments across multiple VA facilities within the VISN22 network, including locations in New Mexico, Long Beach, Phoenix, Loma Linda, San Diego, Tucson, and Great Los Angeles. The contractor will be responsible for providing comprehensive services, including preventive maintenance, corrective maintenance, software support, and 24/7 technical assistance, ensuring that all equipment operates according to manufacturer specifications using OEM parts. This contract, which spans a one-year base period with four option years, emphasizes the importance of maintaining critical laboratory equipment for the VA's healthcare systems. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 11, 2025, with questions due by December 4, 2025. The procurement will be evaluated based on the lowest priced quotation that meets all specified requirements.
    PM&R Sterile Processing Department Reverse Osmosis Equipment
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Preventative Maintenance and Repair (PM&R) services for Sterilization Processing Department (SPD) Reverse Osmosis equipment at the Altoona VA Medical Center in Altoona, Pennsylvania. This procurement is critical for ensuring the proper functioning and reliability of medical equipment used in sterilization processes, which is vital for patient safety and care. The contract, valued at approximately $120,000, is a Firm Fixed Price (FFP) agreement, with the official solicitation expected to be released on December 10, 2025, and responses due by December 15, 2025. Interested parties should monitor www.sam.gov for updates and may contact Contract Specialist Emily Hall at emily.hall5@va.gov for further inquiries.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.