Leica Lab Equipment Maintenance & Repair for the William Beaumont Army Medical Center, Fort Bliss, Texas
ID: W81K00-24-Q-0105Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Medical Center at Fort Bliss, Texas, is seeking qualified vendors to provide maintenance and repair services for Leica lab equipment under solicitation number W81K00-24-Q-0105. The procurement aims to ensure the operational readiness of critical laboratory equipment, with services expected to be performed over a 12-month base period, with options for annual extensions through 2029. This opportunity is set aside for small businesses, with a NAICS code of 811210, and emphasizes compliance with federal regulations and fair competition. Interested parties must submit their quotes via email to Contract Specialist Robert Knight by 1:00 PM Mountain Time on October 4, 2024, and may direct any questions to him by October 1, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the U.S. government for maintenance and repair services concerning Leica Lab Equipment, referenced as solicitation number W81K0024Q0105. It specifies that offers are due by 1:00 PM on October 4, 2024, and includes various clauses and stipulations required for bidders. The maintenance services are to be conducted over a 12-month base period, with options for additional annual extensions up to 2029. Key elements include requirements for small business classifications, evaluation factors to be addressed by bidders, and allowable invoicing procedures through the Wide Area Workflow system. Additional provisions cover compliance with laws regarding employment equity, treatment of contractors under federal regulations, and security measures for safeguarding contractor information. This document focuses on governmental procurement processes to ensure fair competition while adhering to regulatory frameworks designed to protect both the government and small business contractors. By detailing specific contract terms, conditions, and performance expectations, it aims to facilitate the selection of qualified vendors for crucial laboratory equipment services, underscoring commitment to operational readiness in healthcare provision.
    Lifecycle
    Similar Opportunities
    Thermo Scientific Lab Equipment Maintenance & Repair for the William Beaumont Army Medical Center, Fort Bliss, Texas
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Center at Fort Bliss, Texas, is seeking qualified vendors to provide maintenance and repair services for Thermo Scientific lab equipment. This procurement involves a 12-month fixed-price contract with options for up to five additional years, emphasizing the need for timely and effective service delivery to support military healthcare operations. Interested small businesses must submit their quotes by October 4, 2024, and can direct inquiries to Contract Specialist Robert Knight at robert.h.knight.civ@health.mil. Compliance with federal acquisition regulations and specific evaluation criteria is essential for participation in this opportunity.
    SERVICE CONTRACT OF FORTESSA AND FACS FLOW SUPPLY SYSTEM (AMBIS 2239377)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and its National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a service contract to maintain the LSR Fortessa and FACS Flow Supply System. The procurement requires comprehensive maintenance services, including preventive inspections, OEM parts, and unlimited support to ensure the equipment remains fully operational for ongoing research. This contract is critical for maintaining the integrity of laboratory operations, with a performance period from November 8, 2024, to November 7, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by September 30, 2024, at 12:00 PM EST, and can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further information.
    Empyrean XRD and Epsilon 4 XRF Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), is seeking to award a Firm Fixed Price contract for annual service and maintenance of the Empyrean X-ray Diffractometer and Epsilon X-ray Fluorescence equipment, which are critical for geotechnical and structural laboratory operations in Vicksburg, Mississippi. The procurement requires comprehensive support services, including hardware and software phone and remote support, annual preventative maintenance, corrective maintenance, spare parts coverage, and emergency support, all of which must be performed by the original equipment manufacturer, Malvern Panalytical, to ensure compliance with warranty conditions. This sole source acquisition is justified due to the proprietary nature of the technology involved, which limits competition and necessitates specialized service capabilities. Interested vendors may submit capability statements to Jon-Vincent Holden and David Ammermann by 1:00 PM CST on October 2, 2024, for consideration in determining whether to conduct a competitive procurement.
    Microtome Units Equipment Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance services for microtome units at the Naval Medical Center in Portsmouth, Virginia. The contract, identified by Solicitation Number HT940624Q0089, involves the maintenance and repair of eight microtome units, including annual preventative maintenance and corrective services, with a contract period from February 1, 2025, to January 31, 2030, and options for renewal for an additional four years. This procurement is critical for ensuring the continuous operation of essential medical equipment used in Navy operations, and proposals must reflect a commitment to supporting small businesses, particularly service-disabled veteran-owned and women-owned small businesses. Interested vendors should contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details and must submit their proposals in the specified format by the deadline outlined in the solicitation.
    Scanning electron microscope maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking information from qualified contractors for maintenance services of scanning electron microscopes (SEM) at the Corpus Christi Army Depot in Texas. The procurement involves a non-personal services contract for preventative maintenance and repair of the SEM Energy Dispersive Spectrometer (EDS), which is critical for forensic analysis and production support related to rotary wing aircraft and engine testing. Interested companies are encouraged to respond to the Request for Information (RFI) by September 25, 2024, providing details about their capabilities, business size, and socio-economic status, with no compensation for responses. For further inquiries, potential respondents may contact Edward Chilson at edward.a.chilson.civ@army.mil or Dawyn M. Martinez at dawyn.m.martinez.civ@army.mil.
    65--REFRACTOR AND KERAT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four units of a refractor and keratometer, identified by NSN 6540016887449. The goods are essential for medical treatment facilities, supporting ophthalmic examinations and procedures. This procurement is set aside for small businesses, in accordance with FAR 19.5, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and quotes must be submitted within 20 days after the announcement.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    H166--CEPHEID GENEXPERT 589-25-1-2761-0003, (VA-25-00004928)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Cepheid GeneXpert 16-16 systems located at the Leavenworth and Topeka VA Medical Centers in Kansas. The procurement aims to ensure full maintenance support, including replacement parts, software updates, and compliance with technical specifications and federal regulations. This service is critical for maintaining diagnostic imaging capabilities essential for veteran healthcare. Interested parties must submit their responses, including company qualifications and socio-economic designations, to Contracting Officer Lisa Buchanan via email by October 1, 2024, at 8:00 AM CST.
    RFQ in Guantanamo Bay, Cuba, Diego Garcia, BIOT, Kaiserslautern, Germany, Sasebo, Japan, Okinawa, Japan, Pyongtaek, Korea, Rota, Spain, OCONUS Base Procurements Lab Equipment, Delivery Dates: 22 Oct - 31 Dec 2024, Quotes Due: 15 Oct 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting quotes for laboratory equipment to be delivered to various military locations, including Guantanamo Bay, Cuba, Diego Garcia, BIOT, Kaiserslautern, Germany, Sasebo and Okinawa, Japan, and Pyongtaek, Korea, with a delivery window from October 22 to December 31, 2024. The procurement includes a range of analytical laboratory instruments, such as heating and circulating baths, conductivity meters, and oil test centrifuges, all of which must meet specific ASTM and testing standards, along with requirements for electrical characteristics, accessory kits, and technical support. This initiative underscores the military's commitment to maintaining high laboratory standards and operational readiness, ensuring that essential scientific instruments are available for military operations and research. Quotes are due by 10:00 AM EST on October 15, 2024, and interested vendors should direct inquiries to Contract Specialist John Gable at john.gable@dla.mil or by phone at 571-376-7575.
    SOURCES SOUGHT: Maintenance and Repair Service for a 3730XL DNA Analyzer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a 3730XL DNA Analyzer utilized by the National Institute on Aging (NIA). The procurement aims to ensure the continued functionality of this critical laboratory equipment, which supports neurogenetics research, through comprehensive maintenance support, including preventative maintenance, software upgrades, and timely troubleshooting. Interested vendors must submit a capability statement detailing their qualifications, including their business classification under the applicable NAICS code, by October 8, 2024, at 3:00 PM Eastern Time, to Rashiid Cummins at rashiid.cummins@nih.gov. The contract will span one base year from November 2024 to November 2025, with four optional extension years available.