Notice of Intent to Sole Source Stryker Endoscopy Preventive Maintenance
ID: HT941024N0018Type: 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 preventive maintenance services on Stryker Endoscopy equipment at Naval Hospital Camp Pendleton, California. The contract, which will be awarded to Stryker Sales, LLC, aims to ensure reliable operation of the equipment through annual preventive maintenance and corrective services as outlined in the Statement of Work (SOW). This maintenance is critical for supporting effective patient care in a military healthcare setting, ensuring that the equipment remains operational and compliant with safety and technical standards. Interested parties must submit their capability statements by 0800 Pacific Daylight Time on September 11, 2024, to Jojie N. Urrete at jojie.n.urrete.civ@health.mil, as no competitive proposals will be accepted for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency has issued a Statement of Work (SOW) for a service contract focused on preventative and corrective maintenance for Stryker Endoscopy equipment at Naval Hospital Camp Pendleton. The contractor is required to provide all necessary personnel, equipment, and supplies to ensure reliable operations of the listed equipment over the contract duration from January 2, 2025, to January 1, 2026. Key tasks include annual preventative maintenance conducted according to OEM specifications and corrective maintenance for damage from various causes. The contractor must supply replacement equipment within 48 hours if extensive repairs are needed and must maintain communication regarding equipment status. Notably, the government will not furnish any services, facilities, or materials, except for certain equipment necessary for official use. This document outlines administrative requirements, definitions, and the contractor's responsibilities, emphasizing adherence to safety and technical standards to support effective patient care in a military healthcare setting.
    The Defense Health Agency intends to negotiate a sole source contract with Philips North America LLC for preventive maintenance on MR400 Invivo equipment at Naval Medical Center San Diego, covering a base year plus four option years. The procurement will be conducted under FAR guidelines, with a capability statement submission deadline of March 21, 2024. This notice is not a request for competitive proposals, and only submissions demonstrating the capability to perform the required work will be considered.
    The Defense Health Agency intends to award a sole source contract to the Accreditation Council for Graduate Medical Education for one year to cover annual accreditation fees for the Graduate Medical Education Department at Naval Medical Center San Diego. Interested sources must submit capability statements by 10:00 AM PST on December 19, 2023, via email, but no competitive proposals will be solicited. This action falls under FAR 13.501(a) allowing for sole source acquisitions due to the specific nature of the required services.
    The Statement of Work outlines the responsibilities of a contractor to provide accreditation for the Graduate Medical Education (GME) residency and fellowship programs at the Naval Medical Center San Diego (NMCSD) in line with national standards. It details the process for notifying the Designated Institutional Officer and Program Director regarding accreditation status and outlines the annual invoicing and payment procedures. Additionally, the contractor must possess the authority to grant accreditation per ACGME requirements.
    The Statement of Work outlines the comprehensive onsite maintenance and performance assurance requirements for MR400 Units at the Naval Medical Readiness Training Command in San Diego, focusing on ensuring reliable equipment operation in the Radiology MRI department. Responsibilities include scheduled preventive maintenance, corrective repairs by fully qualified technicians, equipment assessments by Biomedical Engineering, and mandatory reporting and documentation of service provided. The contractor is also obligated to respond promptly to maintenance requests, maintain parts availability, and ensure all work aligns with government standards and regulations.
    Similar Opportunities
    One-Time Corrective Maintenance of one (1) Acutemp Thermal Pallette Refrigeration System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source service contract to CSafe Global for the one-time corrective maintenance of an Acutemp Thermal Pallette Refrigeration System at the Naval Medical Center San Diego (NMCSD). This contract aims to ensure the reliable operation of the refrigeration system in accordance with manufacturer specifications, following the guidelines set forth by the Federal Acquisition Regulation (FAR) for sole source procurement. The maintenance services are scheduled to take place from September 30, 2024, to October 30, 2024, with interested vendors required to submit capability statements by September 16, 2024, to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil. No competitive proposals will be accepted, and all inquiries must be submitted via email.
    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.
    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.
    J065--Karl Storz Service Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source service agreement to Karl Storz Endoscopy Inc. for the maintenance and repair of endoscopic equipment. This procurement is based on the belief that only Karl Storz possesses the necessary capabilities to fulfill the requirements effectively, as outlined under FAR 6.302-1, which permits sourcing from a single supplier when no alternatives meet the agency's needs. Interested parties are invited to submit capability statements demonstrating their ability to meet the specified requirements by 2 PM EST on September 18, 2024, although the government will not cover any costs incurred in the submission process. Responses must be directed to the contracting officer, Chad Kemper, at chad.kemper@va.gov.
    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.
    J065--Draeger Anesthesia Unit Support and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, intends to award a sole-source contract for Preventative Maintenance Services on Draeger Anesthesia Equipment across multiple facilities in the VISN 20 region, which includes sites in Idaho, Oregon, and Washington. The contract will be a one-year, firm-fixed price agreement with Draeger Medical, Inc., ensuring that critical maintenance services are provided to maintain operational standards at these medical centers. This procurement aligns with FAR regulations allowing for sole-source contracting under specific circumstances, emphasizing the importance of maintaining the functionality of essential medical equipment. Interested parties may submit capability statements to demonstrate their ability to provide equivalent services, with responses due by September 16, 2024, at 14:00 PT, directed to Contracting Officer Niel Chase via email at niel.chase@va.gov.
    Preventative Maintenance and Emergency On-Call Services for Physical Security CCTV Platform
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to IDEAL SYSTEM SOLUTIONS, INC. for preventative maintenance and emergency on-call services for the Physical Security CCTV Platform at the Naval Medical Center San Diego. This firm-fixed-price contract will encompass all necessary personnel, equipment, supplies, and services required to maintain and repair the security systems, with a performance period from September 30, 2024, to September 29, 2026, including both a base year and options. Interested vendors are invited to submit capability statements detailing their qualifications, with a deadline for challenges set for 1600 Pacific Standard Time on September 17, 2024. For further inquiries, vendors may contact Danielle M Zulfer at danielle.m.zulfer.civ@health.mil or Mariangela Monsalve at mariangela.j.monsalve.civ@health.mil.
    Hematology Analyzer (Sole Source)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Sysmex America, Inc. for the provision of one XN550 Hematology Analyzer, along with necessary service and consumables, for use at Edwards Air Force Base in California. This procurement is essential for maintaining the operational capabilities of the military's healthcare services, as the XN550 is a critical tool for hematological testing, and Sysmex is the only vendor capable of supplying compatible testing supplies. The contract will span five years, consisting of one base year and four optional years, with delivery expected to commence on October 1, 2025. Interested vendors may submit capability statements by September 17, 2024, to contest the sole source designation; however, this notice does not constitute a solicitation for competitive bids. For further inquiries, contact Brandi Roberts at brandi.m.roberts5.civ@health.mil or (726) 203-0162, or Mariangela Monsalve at mariangela.j.monsalve.civ@mail.mil or (726) 203-0120.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    Maintenance at the SIM center from Laerdal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for maintenance services at the SIM center for medical simulators, specifically from Laerdal. The contract will cover a base year and one option year, ensuring the operational readiness and functionality of the medical training equipment. This maintenance is crucial for supporting the training of medical personnel and enhancing the quality of healthcare education provided at the facility. Interested parties can direct inquiries to Luis Zeno at luis.a.zeno-pimentel.civ@health.mil or by phone at 757-953-6084, as the government intends to finalize the award following the posting period.