Sterilization Services for Medical/Dental Tools
ID: HT941025P0038Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for sterilization services for medical and dental instrument sets at the U.S. Naval Medical Readiness Training Unit (NMRTU) in Sasebo, Japan. The contract requires comprehensive services including the handling, processing, functional testing, and quality assurance of surgical instruments, adhering to AAMI standards, with a turnaround time of seven days from pick-up to delivery. This procurement is critical for maintaining operational readiness and compliance with health regulations at the Navy medical facility. Interested vendors must submit capability statements to Shannon La Com at shannon.lacom2.civ@health.mil by the specified deadline, as no competitive proposals will be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for providing sterile processing services for used medical and dental instruments at the U.S. Naval Medical Readiness Training Unit (USNMRTU) Sasebo, Japan. The contract mandates comprehensive services, including the handling, processing, functional testing, and quality assurance of surgical instruments, following AAMI standards. The vendor must employ qualified technicians and submit detailed service reports upon delivery, including compliance reports and any issues encountered. The contract also specifies that all instruments must be transported in a manner that preserves sterility and outlines vendor responsibilities for preventive maintenance and the use of approved cleaning supplies. Furthermore, it contains security measures for access to USNMRTU facilities and stipulates the processing location at the vendor's facilities in Shimonoseki, Japan. The work must be done in specified timeframes, and all costs associated with labor, transportation, and maintenance are included in the contract price. This framework ensures adherence to health regulations and supports operational readiness at the Navy medical facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Reverse Osmosis Devices Maintenance Service at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for the maintenance service of Reverse Osmosis Devices at the Naval Medical Center San Diego. The primary objective of this procurement is to ensure ongoing service and maintenance of the Culligan Reverse Osmosis water system, adhering to the original equipment manufacturer's specifications and relevant safety regulations. This maintenance is critical for providing purified water necessary for medical procedures, thereby supporting patient care and operational effectiveness within the facility. Interested vendors must submit capability statements to Isaac Don Willies at isaac.a.donwillies.civ@health.mil by 09:00 Pacific Time on February 5, 2025, to be considered for this non-competitive opportunity.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Sterile Processing Services
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for Sterile Processing Services to support the Sterile Processing Department at Womack Army Medical Center in Fort Liberty, North Carolina. The contractor will be responsible for the transportation, sterilization, and timely return of surgical medical instrumentation, particularly when internal resources are unavailable, with a maximum performance period of 48 months. This procurement is critical for maintaining health standards and operational efficiency in patient care, ensuring compliance with ANSI/AAMI and OSHA standards, and implementing quality control measures. Interested vendors should contact Angelica Brown at angelica.d.brown.mil@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil for further details, and note that the total purchase limitation is set at $150,000, with proposals due as specified in the solicitation documents.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.
    Notice of Intent to Sole Source Assurance Elite Service Plan
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent to Sole Source for the Assurance Elite Service Plan, focusing on electronic and precision equipment repair and maintenance. The contractor will be responsible for providing services in the Cardiac Cath Lab, ensuring adequate workforce availability during standard operating hours while adhering to security requirements and cybersecurity compliance. This procurement is crucial for maintaining operational efficiency in medical, dental, and veterinary equipment services within the DHA facilities located in California. Interested parties can reach out to Jojie Urrete at jojie.n.urrete.civ@health.mil for further details regarding this opportunity.
    AMSCO 50 REPROCESSING SINK INSTALLATION
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified small business contractors for the professional installation of an AMSCO 50 Reprocessing Sink at the Naval Hospital Bremerton in Washington. The contractor will be responsible for all aspects of the installation, including labor, materials, and supervision, with a focus on compliance with safety and infection control measures. This project is critical for maintaining health standards within military healthcare facilities, and the contract period extends until March 31, 2025. Interested parties must submit their quotes, including a technical capability statement and past performance references, by 8:00 am PST on February 7, 2025, and can direct inquiries to Danielle Patterson at danielle.l.patterson3.civ@health.mil or by phone at 210-952-8693.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Defense Health Agency (DHA) is soliciting quotes for a firm fixed-price contract to provide comprehensive maintenance and repair services for the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as Solicitation HT940625Q0004, will cover a five-year period from April 1, 2025, to March 31, 2030, including a base year and four option years, and will require the contractor to perform preventive maintenance, repairs, and ensure compliance with FDA regulations. This service is critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Proposals must be submitted electronically by February 17, 2025, and will be evaluated based on technical competency, pricing completeness, and adherence to business requirements, with a focus on maintaining a robust Quality Control program. Interested parties can contact Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil for further information.
    Portable Surgical Sterilizer RFI
    Buyer not available
    The Department of Defense, specifically the Air Force Medical Command (AFMEDCOM), is seeking information from vendors regarding the procurement of a portable surgical sterilizer designed for military applications. The primary objective of this Request for Information (RFI) is to identify products that can facilitate rapid sterilization of surgical tools in field environments, particularly for use with critically injured personnel. This initiative highlights the need for effective transportable sterilization solutions that can operate under expeditionary conditions, addressing current gaps in combat medical support capabilities. Interested parties are encouraged to respond by completing the provided response forms and submitting them via email by February 27, 2025. For further inquiries, vendors can contact Wayne Pernell at 301-619-8600 or via email at usaf.detrick.AFMRA.mbx.sg5t-market@health.mil.
    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.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.