Perfusion Pump Maintenance
ID: 11892949Type: Presolicitation
Overview

Buyer

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Oct 5, 2023 9:47 PM
  2. 2
    Updated Oct 5, 2023 9:47 PM
  3. 3
    Due Oct 11, 2023 7:00 PM
Description

Presolicitation DEPT OF DEFENSE (DEFENSE HEALTH AGENCY) is seeking maintenance services for perfusion pumps at Naval Medical Center Portsmouth in Portsmouth, VA (zip code: 23708). The purpose of this request is to gather information from potential vendors regarding their availability and capability to perform the required maintenance. The contract is anticipated to be a firm-fixed price contract for service. Interested vendors must have a Federal Supply Schedule (FSS) and an active Cage Code in the System for Award Management (SAM). The NAICS code for this procurement is 811210, and the PSC code is J065. The Government will consider competition advantageous if it is cost and time effective and aligns with the mission objective of Naval Medical Center Portsmouth. Responding to this notice does not guarantee participation in any future solicitation. For more information, contact Contract Specialist Kimberly Bunn at Kimberly.p.bunn.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
EMERGENCY DEWATERING PUMP
Active
Dept Of Defense
The Defense Logistics Agency (DLA) Maritime Norfolk plans to award a single-source contract for an emergency dewatering pump, intended for use at the Portsmouth Naval Shipyard in Virginia. The contract will be a Firm Fixed Price (FFP) arrangement. The key component of this procurement is the Sulzer XJC110ND submersible dewatering pump, which comes with a 65ft cable and a 3" Camlock discharge connection. The pump's specifications are detailed in Contract Line Item Number (CLIN) 0001. DLA aims to solicit this requirement as a Total Small Business Set-Aside, targeting small businesses in the Pump and Pumping Equipment Manufacturing industry, with a NAICS code of 333996 and a size standard of 500. The anticipated delivery timeline is within 30 days of contract award. The solicitation, bearing number SPMYM124Q0160, will be released around 26 July 2024 on SAM.gov. Potential bidders should pay close attention to the specified deadline, as late submissions will not be considered. Quotes are due by 1:00 PM EST on 5 August 2024 and should be emailed to Sheree McDonnell at sheree.mcdonnell@dla.mil, ensuring the solicitation number is included in the subject line. To be considered, bidders must be registered in the System for Award Management (SAM) database and should direct any inquiries regarding the procurement to the aforementioned contact email, following the guidelines outlined in the solicitation document.
Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system
Active
Dept Of Defense
Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system The Department of Defense, specifically the Defense Health Agency (DHA), has issued a Special Notice for the procurement of maintenance and repair services for the Terumo System heart and lung bypass equipment system. This equipment is typically used in surgical procedures to provide temporary support to the heart and lungs. The Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland, requires these services and intends to procure them on a sole source basis from Terumo Cardiovascular Corporation. Market research indicates that Terumo Cardiovascular Corporation is the only provider capable of meeting the medical center's requirements. This notice of intent is not a request for competitive proposals. However, capability statements from other potential providers will be reviewed and considered if received within five calendar days of the publication of this notice. The government's decision to not compete this contract action is at its discretion. Interested firms should submit a capability statement demonstrating their experience and expertise in providing the required services within the specified timeframe. The statement should include information on business size, ability to self-perform work, subcontracting arrangements, and any other relevant details. Inquiries can be directed to claudia.a.febresmormontoy.ctr@health.mil. Please note that oral communications will not be accepted in response to this notice. A copy of the Justification and Approval will be posted within four days after the award of the contract.
J--Boat Preventative Maintenance and Repair
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
USNS PREVAIL (TSV-1) DPMA- Synopsis
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, Department of the Navy, for the repair/modification of a centrifugal pump unit. The pump unit, classified under the Power and Hand Pumps industry, is identified by NSN 7R-4320-016665292-CB, with a quantity of 15 EA. The delivery is FOB Origin. Engineering source approval is required to maintain the quality of the part. Only approved sources have been solicited for this flight critical item. Interested parties must submit the necessary information for source approval. The proposed contract action is for supplies or services for which the Government intends to negotiate with only one source. All responsible sources may identify their interest and capability to respond to the requirement within 45 days.