Drager Fabius TIRO D-M Preventive Maintenance
ID: NAVSUP1301225Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Support Fleet Logistics Center Norfolk, intends to issue a sole source contract for preventive maintenance on thirteen Drager Fabius TIRO D-M Anesthesia units, which are critical for gaseous anesthetic administration aboard the United States Naval Ship Comfort (TAH-20). The maintenance services required can only be performed by the Original Equipment Manufacturer (OEM) to ensure compliance with operational standards and the effective functioning of the anesthesia units. Interested vendors are invited to submit capability statements detailing their technical and management capabilities, pricing, and business information, with submissions due by 2:00 PM Local Time on April 4, 2025. For further inquiries, vendors may contact Curtis E. Cardoza at curtis.e.cardoza.civ@us.navy.mil or by phone at 240-344-3819.

Point(s) of Contact
Files
Title
Posted
The Naval Support Fleet Logistics Center Norfolk plans to issue a sole source contract for preventive maintenance on thirteen Drager Fabius TIRO D-M Anesthesia units, essential for gaseous anesthetic administration aboard the United States Naval Ship Comfort (TAH-20). Only the Original Equipment Manufacturer (OEM) is authorized to perform maintenance, ensuring compliance and operational effectiveness. The contract will follow the OEM's service plan to maintain the units efficiently. This notice serves as an invitation for interested vendors to submit capability statements by April 4, 2025. The submitted statements should detail technical and management capabilities, pricing, and business information, limited to five pages. The Government retains discretion over whether to proceed with competitive procurement. The purpose of this document is to outline the need for specialized services and assess vendor capabilities, adhering to regulations specified in FAR Part 13.501(a).
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
Medtronic O-Arm Maintenance
Buyer not available
The Department of Veterans Affairs is seeking maintenance services for the Medtronic O-Arm Surgical Imaging System at the Omaha VA Medical Center. The contract, identified by Solicitation Number 36C26325Q0653, requires the contractor to perform corrective and planned maintenance, ensuring the equipment operates according to manufacturer specifications and maintains FDA certification. This specialized maintenance is critical for the ongoing healthcare support provided at the VA facility, as the O-Arm is essential for surgical imaging. Interested parties must demonstrate authorization from Medtronic Inc., the sole provider due to proprietary rights, and respond by April 14, 2025. For further inquiries, contact James A. Miller at James.Miller4@va.gov.
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.
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.
Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
Buyer not available
The Department of Veterans Affairs is planning to issue a Sole Source Contract for the maintenance of Respiratory Therapy Equipment from Medical Graphics Corporation (MGC) to ensure the operational integrity of pulmonary and cardiac diagnostic systems across multiple VA medical centers in the Pacific Northwest. This one-year maintenance contract will cover essential services such as preventive maintenance, emergency repairs, software updates, and technical support, all of which must be performed by MGC-trained technicians due to the proprietary nature of the equipment. The contract is justified under federal guidelines for single-source procurement, emphasizing the cost-effectiveness of maintaining existing equipment rather than replacement, with an anticipated award date of May 15, 2025. Interested parties can reach out to Maureen Sundstrom at maureen.sundstrom@va.gov for further inquiries.
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.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
J065--Respiratory Therapy Equipment Maintenance for Medical Graphics Respiratory Therapy Equipment
Buyer not available
The Department of Veterans Affairs intends to solicit a Sole Source contract with Medical Graphics Corporation (MGC) for the maintenance and repair of respiratory therapy equipment utilized across various VA medical centers in the Northwest. This procurement aims to ensure that MGC's pulmonary and cardiac diagnostic systems remain operational, incorporating necessary software and firmware updates, preventive maintenance, diagnostics, phone support, and on-site repairs. The equipment is critical for reliable patient diagnostics, and MGC is the sole provider authorized to maintain this specialized equipment, as confirmed by market research and previous contracts. The anticipated award date for this contract is May 15, 2025, and interested parties may contact Contract Specialist Maureen Sundstrom at Maureen.Sundstrom@va.gov for further information.
J065--Biomerieux Vitek MS Equipment Maintenance Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Biomerieux, Inc. for the maintenance of Biomerieux Vitek MS equipment at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Biomerieux is uniquely qualified to meet the specific maintenance requirements for this specialized medical equipment. The service agreement is critical for ensuring the operational efficiency of the equipment used in the facility, which plays a vital role in patient care. Interested contractors may submit a capabilities statement by April 17, 2025, at 10:00 a.m. Eastern Time to Sara Wood, Contract Specialist, via email at sara.wood1@va.gov, although this notice does not constitute a request for competitive proposals.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for radiological medical equipment parts, specifically brake levers and power boxes, to support operations at NMC Portsmouth and other Military Treatment Facilities (MTFs). The procurement aims to acquire essential components, including the CXDI-50G Powerbox and related sensor cables, with a delivery deadline set for May 30, 2025. This initiative underscores the importance of maintaining operational efficiency in medical settings, ensuring that high-quality medical equipment is readily available. Interested vendors must submit their proposals by April 15, 2025, and can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details.