Ophthalmic Refractive Laser Equipment Preventative and Corrective Maintenance
ID: HT940724Q0003AType: Combined Synopsis/Solicitation
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 a contractor for the preventative and corrective maintenance of ophthalmic refractive laser equipment at various Naval Medical Treatment Facilities. The procurement involves a sole-source contract with AMO Sales and Services, Inc., the only authorized service provider for Johnson & Johnson Vision's equipment, covering a base year plus two optional years starting on September 30, 2024. This maintenance is critical for ensuring the operational readiness and reliability of sophisticated vision equipment used in medical procedures, thereby supporting high standards of patient care in military healthcare facilities. Interested contractors must submit proposals by September 13, 2024, with inquiries directed to Brenna R. Conger at brenna.r.conger.civ@mail.mil or James W. Hill at james.w.hill2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Quotation (RFQ # HT9407-24-Q-0003) for preventative and corrective maintenance services of ophthalmic refractive laser equipment at various Naval Medical Treatment Facilities. The contractor is responsible for maintaining equipment per original manufacturer specifications, complying with applicable laws, and providing emergency support within stipulated times. The service includes regular preventive maintenance, corrective repairs, and adherence to safety and quality standards, while documentation and reporting are required after each service event. The contractor must employ qualified personnel and ensure high service quality, with specified performance metrics on timely maintenance completion and communication protocols for issues. Additionally, the document emphasizes security measures, including identification protocols for personnel and the government's right to modify operational procedures. Overall, the RFQ emphasizes maintaining high standards for medical equipment reliability, safety, and compliance in government healthcare facilities.
    The document outlines a Request for Quotation (RFQ) for the preventative and corrective maintenance of ophthalmic refractive laser equipment at multiple locations, including various naval hospitals and clinics. It specifies a detailed Service Item List for a base year and two option years, each comprising 12-month service agreements for equipment such as IFS Systems and STAR S4-IR models across facilities at Camp Pendleton, San Diego, Bremerton, Camp Lejeune, Jacksonville, and Portsmouth. The maintenance services aim to ensure operational readiness and reliability of sophisticated vision equipment critical for medical procedures. This RFQ reflects the government's commitment to maintaining high standards of medical equipment service and support, ensuring that all ophthalmic refractive laser systems are adequately maintained to provide optimal patient care. The proposal encourages vendors to participate in a systematic process aimed at enhancing military healthcare capabilities through reliable equipment management.
    This document is a Request for Quotation (RFQ) for the preventive and corrective maintenance of government-owned ophthalmic refractive laser equipment under RFQ # HT9407-24-Q-0003. The contract will be a sole-source award, covering a base year with two optional additional years, starting on September 30, 2024. Maintenance services are required for various laser systems located at multiple military medical facilities, including Camp Pendleton and NH Jacksonville. The contract type is Firm Fixed Price, and required proposals should reflect the best price and technical offerings without discussions unless clarifications are needed. Various provisions and clauses are incorporated, such as regulations covering wage determinations and compliance with service contract standards. The RFQ underscores the importance of adhering to federal regulations, highlighting the government’s commitment to maintaining operational efficiency and safety in its medical facilities through proper equipment maintenance. Compliance with specific clauses surrounding business ethics and accountability is essential for bidders. This procurement process reflects standard practices within federal grants and RFPs aimed at ensuring service quality and legal compliance.
    The Defense Health Agency (DHA) plans to issue a sole source purchase order to AMO Sales and Services, Inc. for preventative and corrective maintenance of ophthalmic refractive laser equipment. This necessity arises from AMO's status as the only authorized service provider for Johnson & Johnson Vision's equipment. The contract, identified by solicitation number HT9407-24-Q-0003, will encompass a base year and two optional years, commencing on 30 September 2024, under a Firm Fixed Price contract type. The maintenance services will cover equipment located at various Naval Medical Treatment Facilities, including Camp Pendleton and Naval Medical Center San Diego, among others. Interested contractors must submit their proposals by 13 September 2024, with Brenna R. Conger as the primary point of contact for questions. The document includes several attachments that outline specific requirements, the performance work statement, and contract clauses essential for the proposal process. This contract indicates DHA's strategic procurement process to ensure the specialized maintenance of critical healthcare technology.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Leica and Sakura Finetek Corrective and Preventative Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for corrective and preventative maintenance services for government-owned Leica and Sakura Finetek laboratory equipment at Naval Hospital Jacksonville, Florida. The contractor will be responsible for providing both preventive maintenance, including scheduled inspections every six months or annually, and corrective maintenance to restore equipment to original specifications following any reported failures. This maintenance is crucial for ensuring the operational readiness of medical devices used in clinical diagnostics, thereby supporting military healthcare services. Interested small businesses must submit their proposals by the specified deadline, with the contract set to begin on September 1, 2024, for a base period of one year, followed by two optional years. For further inquiries, potential bidders can contact Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
    6515--OptiLight
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration and Network Contracting Office 6, intends to award a sole-source contract to Milling Medical LLC for the procurement of the Lumenis OptiLight system, a specialized FDA-approved treatment for dry eyes. The contract will involve the delivery of Lumenis BE OptiLight equipment and a Treatment Kit to the Fredericksburg HealthCare Clinic in Virginia, with the effective contract date set for September 15, 2024. This procurement is critical as the Lumenis OptiLight is the only product of its kind that meets the government's needs for treating dry eyes, as determined through market research. Interested vendors have a limited window of three days to submit capability statements to the contracting officer, Gordon E. Burns, via email at Gordon.Burns@va.gov, with no obligation for the government to procure the services mentioned.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    ECAT OPTICAL LENSES & ANCILLARY ITEMS
    Active
    Dept Of Defense
    Presolicitation notice: The Department of Defense is seeking to procure optical lenses and ancillary items for use by U.S. soldiers, sailors, airmen, and marines worldwide. The lenses being solicited include single-vision, semi-finished, bi-focal, and ST-28 lenses, while the ancillary items include lens cleaners and cloths. The solicitation is part of a Multiple Award Schedule program and aims to establish long-term contracts for delivery to Department of Defense hospitals, clinics, and other federal customers. The estimated 5-year value of the contracts is $24,420,400.00, with a maximum forecasted value of $48,840,800.00. Proposals can be submitted during the open periods of the solicitation, and the solicitation is expected to be issued around April 19, 2019. All responsible sources may submit a proposal and will be considered by the Agency.
    65--OTOSCOPE AND OPHTHA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of otoscopes and ophthalmic equipment, specifically under the solicitation titled "65--OTOSCOPE AND OPHTHA." This procurement includes multiple line items with varying quantities to be delivered to various naval vessels and facilities, with a total of 16 line items requiring delivery within five days after order (ADO). The goods are critical for medical and dental applications within military operations, ensuring that personnel have access to essential diagnostic tools. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
    Optos California AF-RGB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Research Center, is seeking to procure an OPTOS Optos California AF-RGB Ultra wide-field non-mydriatic imaging system to replace a failing Kowa non-mydriatic camera unit at the Naval Aerospace Medical Research Lab (NAMRL). This procurement is essential for ongoing research, as the OPTOS system is uniquely capable of capturing extensive retinal images quickly and effectively, which is critical for military medical applications. The total funding required for this acquisition is $107,321.96, and it will be executed as a firm fixed-price contract due to the sole source exception, with no comparable units available in the market. Interested parties can reach out to Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further information.
    ZEISS OS CIRRUS HD OCT (MODEL 6000)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center, is seeking to procure a ZEISS OS CIRRUS HD OCT (Model 6000) with Angioplex for critical medical research purposes. This sole-source acquisition aims to replace a failing Optical Coherence Tomography unit at the Naval Aerospace Medical Research Lab, addressing specific needs in ocular imaging and measurements. The unique capabilities of the Zeiss HD-OCT 6000, including FDA approval and superior axial resolution, make it the only viable option for the Navy's requirements, with an anticipated contract value of approximately $113,453.84 covering initial procurement and three years of maintenance. Interested parties can contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further information.
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    6515--NX EQ Scanning Systems-Laser-Optical Tomography (OCT) (VA-25-00008272)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Laser Optical Tomography (OCT) Scanning Systems, specifically the Zeiss Cirrus 6000® or equivalent, under a national Requirements contract. This procurement aims to secure systems capable of obtaining cross-sectional images of ophthalmic tissues, which are critical for various clinical applications, including retinal thickness measurements and glaucoma progression analysis. The anticipated contract will include a 12-month base period with four optional 12-month extensions, and interested vendors must be registered in the System for Award Management (SAM) and verified in the SBA database. For inquiries, vendors can contact Contract Specialist Cyia Jones at Cyiamaudia.Jones@va.gov.
    Leica Equipment Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, is seeking qualified businesses to provide maintenance services for various Leica medical equipment at the William Beaumont Army Medical Center (WBAMC) in Fort Bliss, Texas. The procurement includes both scheduled preventive maintenance and unscheduled repairs for equipment such as the Leica ASP6025 Automated Vacuum Tissue Processor and several stainers and embedding systems, all requiring technicians with OEM-specific training and certifications. This maintenance is crucial for ensuring the operational readiness and reliability of medical equipment used in patient care. Interested parties must submit their capability statements and relevant business information to Contract Specialist Robert Knight via email by 1:00 p.m. Mountain Time on September 18, 2024, as this notice serves as a market research tool and not a formal solicitation.