J065--Conmed Airseal IFS Insufflators Preventative Maintenance Inspection and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0697Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking quotes for preventative maintenance inspection and corrective maintenance services for Conmed Airseal IFS Insufflators at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with manufacturer specifications and Joint Commission standards, including biennial preventive inspections and annual calibration. This procurement is critical for maintaining the operational integrity and safety of medical equipment used in healthcare settings. Interested vendors must submit their proposals by April 3, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov, with the contract encompassing a base year and four option years.

Point(s) of Contact
Loan DhoContract Specialist
loan.dho@va.gov
Files
Title
Posted
Mar 25, 2025, 11:04 PM UTC
The purpose of this Combined Synopsis/Solicitation Notice is to seek quotes for preventive maintenance inspection and corrective maintenance for Conmed Airseal IFS Insufflators at the Greater Los Angeles VA Healthcare System. This firm fixed-price contract is issued by the Department of Veterans Affairs, with a response deadline of April 3, 2025. The contractor will provide all required labor, materials, and equipment to ensure compliance with manufacturer and Joint Commission standards. Maintenance tasks include biennial preventive inspections and annual calibration, which must be performed by qualified personnel. The contract encompasses a base year and four option years, emphasizing the importance of maintaining equipment in optimal condition and compliant with safety standards. Contractors must meet specific qualifications and provide all maintenance-related parts at no additional cost to the government. Submission of detailed field service reports is required after maintenance work. Interested vendors are invited to submit offers by the given deadline, and decisions will be based on technical capability, past performance, and cost. The document outlines detailed requirements, including the work schedule, identification protocols for contractor personnel, and safety regulations to ensure compliance during contract execution. This solicitation exemplifies government procedures for acquiring necessary medical equipment services.
Mar 25, 2025, 11:04 PM UTC
The document outlines a Request for Proposal (RFP) for preventative and corrective maintenance services for Conmed Airseal Insufflators at the VA Greater Los Angeles Healthcare System. The contractor is required to provide labor, materials, and support to maintain two specified units according to manufacturer specifications and regulatory standards. Maintenance must adhere to Joint Commission requirements, ensuring equipment is operational and safe, with specific frequency guidelines for preventive inspections and calibration. The contractor will also manage loaner units during maintenance and report all service outcomes through detailed Field Service Reports. Security protocols require contractor personnel to adhere to identification and check-in regulations while complying with safety and insurance obligations. Invoicing for services must be done monthly in arrears, ensuring proper documentation is submitted. This initiative emphasizes the VA's commitment to maintaining high safety and operational standards in healthcare equipment management, reflecting the government's broader objectives of transparency, compliance, and effective service delivery.
The document outlines the instructions for submitting proposals in response to a Request for Quote (RFQ) for commercial products and services issued under federal acquisition regulations. It specifies important provisions including NAICS codes, submission requirements, and guidelines for submission deadlines. Key elements include the need for offerors to provide a technical description, pricing information, and a unique entity identifier from SAM.gov. The RFQ is open to unrestricted competition, requiring a comprehensive understanding of the specifications by the offerors. Additionally, the document emphasizes that past performance info will not be considered and all quotes are evaluated individually, allowing for multiple submissions with alternative terms. Also, the government may issue purchase orders to multiple quoters or those other than the lowest price if deemed in the public’s interest. The document stresses the importance of timely submission via email, with a deadline set for April 3, 2025. Overall, this document serves as a guide for potential contractors on how to properly submit their quotes to ensure compliance with federal contracting procedures.
This document outlines the evaluation process for government solicitations related to commercial products and services, as specified by the federal acquisition regulation (FAR). The government aims to award a purchase order to the responsible quoter whose submission is most advantageous based on price and various evaluation factors. Evaluations will focus on technical capability, past performance, and pricing, with the total evaluated price calculated by aggregating all line item prices and options, including an additional six-month pricing extension for potential service continuation under specific FAR provisions. The document emphasizes that while the government seeks beneficial propositions, it retains the right to opt for a quotation that exceeds minimum requirements. Overall, this evaluation framework is designed to ensure that contract awards align with government interests and standards, promoting effective procurement processes in an RFP context.
Similar Opportunities
J043--Kaeser Compressor Preventative Maintenance Lancaster, TX CMOP
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance and repair services for Kaeser air compressors at the Lancaster, TX Consolidated Mail Outpatient Pharmacy (CMOP). The procurement includes quarterly and annual maintenance, as well as emergency repair services, with a contract period set to commence on November 1, 2025, and extend through October 31, 2030. These services are crucial for maintaining the operational efficiency of essential equipment that supports the VA's mission. Interested parties should submit their quotations via email to Contracting Specialist Diana Olson at diana.olson@va.gov, with responses due by April 30, 2025. The solicitation package will be available on SAM.gov around April 17, 2025.
MED GAS Inspection/Testing/Cert
Buyer not available
The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses to provide inspection, testing, and certification services for Medical Gas Distribution Systems and Equipment at the Northern Arizona VA Healthcare System. The contract will cover a one-year base period from May 5, 2025, to May 4, 2026, with the option for four additional annual renewals, ensuring compliance with NFPA, TJC, LTCI, and VHA standards through annual testing and verification of medical gas systems. This procurement is crucial for maintaining high safety standards in healthcare facilities, emphasizing the importance of regulated inspections. Interested offerors must submit their quotations by April 28, 2025, and can contact Marco Ramos at marco.ramos1@va.gov or 562-766-2329 for further information.
Preventative Maintenance Drug Processing
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified service providers to conduct Preventative Maintenance Inspection (PMI) and intervening service calls for its Government Owned ScriptPro Dispensing System at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with Original Equipment Manufacturers (OEM) standards, utilizing OEM-standard parts and adhering to a structured reporting system for service activities and parts replacement. This initiative is critical for maintaining operational efficiency and high service quality within the VA's healthcare delivery systems. Interested vendors must submit documentation of OEM authorization, business size, and past experience by April 28, 2025, to the primary contact, Katharine Robert, at katharine.robert@va.gov or by phone at 520-001-6670.
J065--REQUEST FOR QUOTES PREVENTATIVE MAINTENANCE FOR ENTIRE FLEET OF PHOROPTERS WASHINGTON DC VA MEDICAL CENTER 688-25-2-952-0387
Buyer not available
The Department of Veterans Affairs is soliciting quotes for preventative maintenance services for its fleet of phoropters at the Washington DC VA Medical Center. The contract, valued at approximately $34 million, requires comprehensive maintenance services for 25 phoropters, ensuring compliance with manufacturer guidelines and regulatory standards. This initiative underscores the importance of maintaining high-quality medical equipment to support the healthcare needs of veterans. Interested vendors should submit their quotes by May 2, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at patricia.thai@va.gov.
J065--Sources Sought Notice Closes 05/05/2025
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide annual certification and maintenance services for laboratory equipment at the Washington DC VA Medical Center. The procurement aims to establish a five-year contract, with four optional renewal years, to ensure compliance and functionality of critical laboratory equipment, including chemical fume hoods, biosafety cabinets, and animal transfer stations. These services are vital for maintaining safety and operational standards within the medical facility. Interested vendors must submit their responses by 1:00 PM (ET) on May 5, 2025, to Patricia Thai at Patricia.Thai@va.gov, as this request serves solely for planning purposes and does not constitute a binding solicitation.
J065--Base YR (10/1/2025-11/30/2026) + 4 OYs Guldmann Ceiling lift maintenance
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, is seeking vendors capable of providing Preventive Maintenance (PM) and Corrective Repair Support Services for approximately 444 Guldmann ceiling-mounted patient lifts at the Clement J. Zablocki VA Medical Center. Vendors must be able to manage all labor, travel expenses, shipping, and parts necessary for the maintenance of these medical devices, ensuring compliance with specific requirements such as OEM authorization and certified technical personnel. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in patient care. Interested parties must submit a capabilities summary, including necessary documentation, by May 1, 2025, at 10:00 AM Central Time, to Eileen Meyer at eileen.meyer@va.gov, as this notice serves solely for market research purposes and does not constitute a solicitation.
J065--Bedford VA Medical Center Medical Gas and Dental Vacuum Systems Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified small businesses for a firm-fixed price contract to maintain, test, and inspect medical gas and dental vacuum systems at the Bedford VA Medical Center in Massachusetts. The procurement aims to ensure compliance with safety and regulatory standards, including NFPA codes, through comprehensive semi-annual inspections and maintenance of the systems across multiple buildings. This initiative is crucial for maintaining the safety and efficacy of medical gas systems in healthcare facilities, thereby supporting uninterrupted service delivery. Interested contractors must submit their bids electronically by April 29, 2025, at noon Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
6515--689-25-2-7077-0026: Heart Lung Machines
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide two Spectrum Medical Quantum Heart Lung Machines and associated equipment for the VA West Haven Healthcare System. This procurement aims to assess industry capabilities for supplying medical equipment that is compatible with existing systems and meets specific functionalities for patient safety. The Heart Lung Machines are critical for supporting patients during surgical procedures requiring cardiopulmonary bypass. Interested vendors must submit their qualifications, including proof of authorization from the Original Equipment Manufacturer (OEM) and registration in the System for Award Management (SAM), by March 10th, 2025, via email to Contract Specialist Fred Revah at frederic.revah1@va.gov.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.