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
    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.
    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.
    6540--EYE CARE EQUIPMENT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for the procurement of eye care equipment for the Hampton VA Medical Center in Virginia. The requirement includes various ophthalmic instruments and supplies, with the potential for a future contract to be awarded on a Brand Name or Equal, Unrestricted Basis. This equipment is crucial for providing quality eye care services to veterans. Interested vendors must submit their responses by September 20, 2024, at 9:00 AM EST, including relevant company information and proof of authorized distribution if applicable, to the Contract Specialist, Kenneca Crump, at Kenneca.Crump@va.gov.
    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.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    6540--Supply - Carl Zeiss Digital Lensmeter 550
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for the procurement of Carl Zeiss Digital Lensmeter 550 units to enhance its Virtual Eye Care Service (VECS) across multiple locations within the VA Midwest Health Care System. The objective is to acquire a total of 19 lensmeters that are compatible with existing Zeiss equipment, enabling efficient screening for eye care conditions such as Glaucoma and Macular Degeneration, thereby improving access to care for veterans and reducing community care costs. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 19, 2024, at 3:00 PM CST, with technical questions due by September 18, 2024. For further inquiries, contractors can contact Alberta Mickells, Contract Specialist, at Alberta.Mickells@va.gov or by phone at 402-995-3081.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.