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
    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
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Getinge Steam Sterilizer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    ADG LOGIC PROGRAMMING TECH REP FOR USNS COMFORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is seeking an OEM authorized Repair Facility to provide technical support for the troubleshooting and repair of the Diesel Engine for the 1 Auxiliary Diesel Generator (ADG) aboard the USNS Comfort (T-AH 20). The selected facility must possess proprietary rights to the necessary technical information, material requirements, and logic programming essential for the effective repair of the ADG, which is critical for supplying power to the hospital onboard the vessel. Interested parties can reach out to Shawn Stebbins at shawn.m.stebbins2.civ@us.navy.mil or call 904-270-5415 for further details regarding this procurement opportunity.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.