Preventive Maintenance & Calibration for Various Laboratory Analyzers at U.S. Naval Hospital Okinawa
ID: HT941025Q2035Type: 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 Defense Health Agency (DHA) is seeking contractors to provide preventive maintenance and calibration services for various laboratory analyzers at the U.S. Naval Hospital Okinawa, Japan. The contract will cover tasks such as preventive maintenance, calibration verification, corrective maintenance, and emergency services for equipment used in histology and microbiology, with a performance period from April 1, 2025, to March 31, 2026. This initiative is crucial for ensuring the reliability and compliance of medical equipment within military healthcare facilities, reflecting the government's commitment to high operational standards. Interested bidders must submit their technical capability statements, past performance references, and pricing quotes by 08:00 AM PST on February 21, 2025, with inquiries directed to Adrian Nerida at adrian.m.nerida.civ@health.mil or Shannon La Com at shannon.lacom2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the preventive maintenance of laboratory equipment at the U.S. Naval Hospital Okinawa, Camp Foster, Japan. It specifies the tasks required, including preventive maintenance, calibration verification, corrective maintenance, emergency services, and phone support for listed equipment such as various histology and microbiology analyzers. The period of performance for this contract spans from April 1, 2025, to March 31, 2026. The contractor is obligated to perform maintenance services following OEM guidelines, report to Biomedical Repair personnel, and adhere to local regulations. Major contractor requirements include OEM authorization, experience with the specified equipment, and a physical presence in Okinawa. The document emphasizes that preventive maintenance does not cover specific repairs or replacements beyond ordinary maintenance. The contractor is responsible for providing service reports, with detailed information to include contract specifics and service performance data. This initiative reflects the federal government’s commitment to maintaining high standards in medical equipment servicing within military healthcare facilities.
    The Past Performance Questionnaire (PPQ) is utilized by the Defense Health Agency (DHA) to evaluate the past performance of an Offeror for a U.S. Government contract. It solicits feedback from evaluators regarding the Offeror's execution of previous projects, covering critical aspects such as management of subcontractors, quality of work, compliance with regulations, and ability to meet schedules. Evaluators are instructed to use a specific rating scale ranging from Exceptional to Unacceptable without modifications. The form requests evaluators to provide detailed insights into the Offeror's performance in various areas, including hiring qualified personnel, controlling costs, and adhering to safety standards. It also prompts evaluators to indicate any issues encountered during contract performance, the Offeror's response to these issues, and the overall satisfaction with the final product. The objective is to gather comprehensive and objective evaluations that will inform the decision-making process for contract awards. The PPQ must be returned by February 21, 2025, emphasizing the importance of prompt and accurate feedback in government procurement processes.
    The document presents a maintenance assessment report detailing the status of various workshop facilities. Each facility is evaluated on a binary scale indicating whether they are "ok," "not ok, repaired," or "not ok, still to be repaired." This evaluation aims to ensure that all workshops maintain operational readiness and compliance with safety standards. The report systematically categorizes the conditions of different intervals within the workshops, noting the need for repairs in multiple instances. The purpose of this document aligns with government standards for maintenance and readiness, potentially informing future funding or grants related to facility upkeep and improvements. This overview emphasizes the importance of maintaining safe and functional workshop environments as part of broader state and local government initiatives.
    The Clinitek Advantus Maintenance Checklist is designed for the regular inspection and maintenance of the Urinalysis Analyzer, outlining critical steps to ensure optimal operation and safety. Key components of the inspection include sterilization procedures, verification of accessories, and assessments of the initial condition of the instrument. Specific tests include evaluations of strip centering and walking, touch screen functionality, and the sensitivity of the strip detector, with established judgment criteria for each component. Additionally, the maintenance checklist requires confirmation of display integrity, lead head calibration values, and no abnormality after prolonged operation. Preparation for shipment of the instrument involves final checks on settings, appearance, and accessories. This checklist is essential for compliance with operating standards and serves as a comprehensive guide for maintaining the efficiency and reliability of the analyzer in a healthcare setting. The document reflects the importance of adhering to regular maintenance schedules in accordance with federal and local regulations, highlighting the commitment to safety and functionality in laboratory services.
    The document outlines a comprehensive preventive maintenance checklist for the BacT/ALERT® 3D Combination Module and the VITEK® 2 system, emphasizing critical maintenance procedures to ensure optimal performance and compliance with operational standards. It details system updates, backups, temperature recordings, and maintenance tasks for various system components including incubators, printers, and UPS batteries. Key processes involve calibrating equipment, checking voltage levels, performing function tests, and verifying efficient communication between modules. Each task includes specific sections for recording results, ensuring the technician can monitor compliance and identify potential issues. The checklist serves as a structured framework for laboratory personnel to uphold maintenance standards and prepare for audits, reflecting a commitment to quality assurance in laboratory operations within government and grant-funded facilities. The document underscores the importance of regular maintenance in sustaining the reliability of critical diagnostic equipment.
    The solicitation HT941025Q2035 issued by the Defense Health Agency (DHA) seeks contractors to provide annual preventive maintenance and calibration services for laboratory analyzers at the U.S. Naval Hospital Okinawa in Japan. This procurement, categorized under NAICS Code 811210, invites unrestricted competition and aims for the contract period from April 1, 2025, to March 31, 2026. Contractors must adhere to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions, ensuring compliance with government standards. Prospective bidders must submit a technical capability statement, past performance references, and pricing quotes by 08:00 AM PST on February 21, 2025. The government will evaluate quotes based on technical capability, past performance, and price, with a particular emphasis on past performance. Compliance with specific FAR provisions regarding telecommunications and cybersecurity is mandatory. Non-compliant submissions may be excluded from consideration, thus highlighting the importance of adhering to detailed submission requirements. This initiative reflects the government's commitment to maintaining high operational standards and ensuring service quality within military healthcare facilities.
    Lifecycle
    Similar Opportunities
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the maintenance and repair of the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as HT940625Q0004, is a firm fixed-price agreement that will cover a performance period from April 1, 2025, to March 31, 2030, including a base year and four option years. This service is critical for ensuring the operational efficiency and compliance of medical equipment used in patient care, adhering to FDA regulations and maintaining high standards of quality control. Interested contractors must submit their proposals electronically by February 26, 2025, with a focus on technical competency and compliance with federal regulations; inquiries can be directed to Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    Medical Equipment Inspection, Repair, and Calibration Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide medical equipment inspection, repair, and calibration services in Hawaii. This procurement falls under NAICS Code 811210, which pertains to electronic and precision equipment repair and maintenance, and aims to ensure the operational readiness and reliability of medical, dental, and veterinary equipment. Interested firms must complete the Sources Sought Response Form, providing essential company information and affirming their registration in the System for Award Management (SAM), while also detailing their socio-economic status. For further inquiries, interested parties can contact Jonathan Weber at jonathan.weber.14@us.af.mil.
    Laundry and Dry-cleaning Services, 35 Medical Group at Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for laundry and dry-cleaning services for the 35 Medical Group at Misawa Air Base, Japan. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure cleanliness and sanitation of medical textiles, including linens, gowns, and surgical attire, with strict adherence to health guidelines and timelines for pick-up and delivery. This service is crucial for maintaining hygiene standards in medical care, reflecting the government's commitment to high-quality healthcare operations. Interested vendors should contact Raphael Badagbor or Gilberto Esteves for further details, and proposals must be submitted electronically by the specified deadline.
    Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for the procurement of various radiological medical equipment parts at NMC Portsmouth and other Military Treatment Facilities (MTFs). The request includes six specific items such as brake levers, a power box, detector side covers, sensor cables, and a monitor, all of which must be new and meet specified requirements. This procurement is crucial for maintaining operational readiness and ensuring the functionality of medical equipment used in defense health services. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their offers by February 27, 2025, and can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
    Annual Service Agreement for AquaC UNO H Reverse Osmosis Machines
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors to provide an Annual Service Agreement for AquaC UNO H Reverse Osmosis Machines. This procurement aims to ensure the maintenance and operational efficiency of these critical water purification systems, which are essential for healthcare facilities within the DHA. The services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties should reach out to Pamela Renteria at pamela.i.renteria.civ@health.mil or Miriam Railey at miriam.t.railey.civ@health.mil for further details regarding the opportunity.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@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.
    Medical Waste Disposal and Transportation 35TH MDSS SGSM, MISAWA Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking contractors to provide medical waste disposal and transportation services at Misawa Air Base, Japan. The procurement requires contractors to safely collect, transport, and dispose of medical waste from the Misawa Hospital, adhering to Japanese laws and the Japan Environmental Governing Standards (JEGS), while ensuring proper storage, incineration, and documentation of waste management. This service is critical for maintaining health and safety standards, particularly during crises, and requires contractors to be prepared for immediate operational readiness. Interested parties must submit their quotes electronically by March 4, 2025, with the contract performance period extending from April 1, 2025, to September 30, 2030. For further inquiries, contractors can contact Raphael Badagbor at raphael.k.badagbor.civ@health.mil or Gilberto Esteves at gilberto.a.esteves.civ@health.mil.
    Monarch Vertical Machine
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for preventive maintenance services on Monarch Vertical Machining Centers. Contractors are required to provide certified technicians for annual preventive maintenance, repair, calibration, and remedial services, ensuring the effective operation of the equipment. This procurement is crucial for maintaining the operational efficiency of the Navy's industrial capabilities, with a performance period spanning twelve months and options for renewal. Interested parties must submit their offers by February 21, 2025, at 07:00 AM HST, and ensure compliance with security, health, safety, and environmental regulations as outlined in the associated documents. For further inquiries, contact Meagan Wong at meagan.o.wong.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.