Perseus 500 Anesthesia Workstation Maintenance & Repair Service
ID: HT941025N0006Type: Special Notice
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 Defense Health Agency (DHA) intends to award a sole source contract for maintenance and repair services of the Draeger Perseus 500 Anesthesia Workstation at the Navy Medicine Readiness and Training Command (NMRTC) in Lemoore, California. The contract will cover annual preventative maintenance and repair for four anesthesia workstation machines, which are critical for medical operations within the Navy. Draeger Inc. is the only contractor with the proprietary rights necessary to fulfill this requirement, and the ordering period for the contract is set from November 4, 2024, to November 3, 2029. Interested vendors must submit a capability statement by 9:00 AM Pacific Time on October 28, 2024, to the primary contacts, Griffin Bland and Brandi Roberts, via the provided email addresses.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.
    SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and calibration of a Single Density Advantest Verigy 93000, specifically with serial number DE39700883. The contract aims to ensure the maintenance of critical electronic and precision equipment, which is vital for the operational readiness of naval systems. The contract is set to cover services from January 1 to December 31, 2025, with proposals due by October 29, 2024, at 4:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements to Christina Staggs at christina.l.staggs.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    SOLE SOURCE – MERIDIAN IV MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance services for the Meridian IV Microscope and associated components. The procurement aims to secure maintenance and repair services from FEI Company, the sole source identified due to their proprietary rights and specialized capabilities, while also allowing other interested vendors to submit capability statements for consideration. This maintenance is critical for the operational readiness of the equipment used in various defense applications. Proposals are due by 4:00 PM Eastern Time on October 30, 2024, with the contract period set from January 1, 2025, to December 31, 2025. Interested parties should direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.
    RAID-M100 PGDN Detectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the procurement of RAID-M100 Propylene Glycol Di-Nitrate (PGDN) and Hydrogen Cyanide (HCN) detectors from Bruker Detection Corporation. This procurement is critical for providing the fleet with essential hazard-detecting instruments and associated consumable materials, ensuring operational safety and effectiveness. The contract will be awarded on a firm fixed price basis, with negotiations conducted under noncompetitive procedures due to the vendor being the only known source capable of fulfilling the requirements. Interested parties must submit their capabilities by October 31, 2024, at 9 AM (EST) to Katy Gates at katy.m.gates.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    J065--Tecniplast Platinum Service preventative maintenance and repair services for the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Regional Procurement Office East, intends to award a sole source Firm-Fixed-Price contract to Tecniplast USA, Inc. for preventative maintenance and repair services of the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System. The contract will encompass Tecniplast Platinum Service, which includes two annual preventive maintenance visits, unlimited emergency service, and annual training for VA staff, ensuring the operational efficiency of critical medical equipment. Interested parties may submit a capability statement demonstrating their ability to fulfill the requirements outlined in the attached Statement of Work, with submissions due by 4:30 PM Eastern Time on November 11, 2024. All inquiries should be directed to Contract Specialist Karly Gabrysiak via email at Karly.gabrysiak@va.gov.
    Coagulation Analyzers Lease for Nellis AFB
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Siemens Healthcare Diagnostics Inc. for the lease and maintenance of two Coagulation Analyzers at Nellis Air Force Base, Nevada. This procurement is essential for the continued operation of the Department of Defense Military Treatment Facility (MTF) at Nellis AFB, ensuring that the facility can meet its medical laboratory testing needs effectively. The contract is set to run from November 17, 2024, to November 16, 2027, and interested vendors are invited to submit capability statements by October 31, 2024, to Belinda Hsieh at belinda.m.hsieh.civ@health.mil, as no competitive proposals will be solicited for this requirement.
    SOLE SOURCE -MAINTENACE AND REPAIR OF OVERHEAD CRANE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance and repair services for an overhead crane, with a sole source procurement intended for T&M Equipment Company, the original equipment manufacturer. This contract aims to ensure the reliable operation of the government-owned crane runway, which is critical for various naval operations. Interested vendors are invited to submit capability statements, although the contract is primarily directed towards T&M Equipment Company due to their unique qualifications. Proposals must be submitted via email by 2:00 PM Eastern Time on October 29, 2024, with the anticipated delivery timeframe for services set between October 31, 2024, and December 16, 2024. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.
    Asbestos Containment Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source service contract to NCT Design & Construction for asbestos containment mitigation at the Naval Medical Center San Diego's Audiology Department. This contract, scheduled for the period of November 1 to November 30, 2024, aims to facilitate the installation of audiology-related equipment by addressing asbestos conditions that require specialized mitigation efforts. The selected contractor will be responsible for providing all necessary labor, materials, and asbestos control barriers as outlined in the Statement of Work. Interested vendors may submit capability statements to demonstrate their qualifications by the deadline of October 25, 2024, with all submissions directed to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil, or the secondary contact, Dwayne Casad, at dwayne.m.casad.civ@health.mil.
    SOLE SOURCE – CELESTRON VF-GOLD MAINTENANCE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a one-year maintenance package for the Celestron VF-GOLD equipment, exclusively provided by Thermo KeyTek, LLC. This procurement aims to ensure ongoing support, including annual calibration and emergency repair services, as Thermo KeyTek is the original equipment manufacturer and the only authorized provider for these maintenance services. The contract emphasizes compliance with federal acquisition regulations and aims to maintain the operational readiness of critical equipment. Interested vendors must submit their capability statements by the closing date of October 28, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Christina Staggs at christina.l.staggs.civ@us.navy.mil.