J065--Conmed Airseal IFS Insufflators Preventative Maintenance Inspection and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0697Type: Combined Synopsis/Solicitation
AwardedApr 18, 2025
$13.1K$13,104
AwardeeANAM CONSULTING LLC SAN DIEGO 92154
Award #:36C26225P1097
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
    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
    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.
    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
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.
    6515--Abdominal Insufflator for Radiology | 595
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking sources for an Abdominal Insufflator for Radiology through a Sources Sought Notice issued by the Network Contracting Office 4 (NCO4). The procurement requires the insufflator to include essential features such as CO2 insufflation monitoring and recording, automated low-pressure CO2 insufflation, a CO2 supply cylinder gauge, and safety shut-down features, along with necessary accessories like an accessory cart and high-pressure hose. This equipment is crucial for enhancing radiological procedures, ensuring patient safety and operational efficiency. Interested vendors should respond by December 19, 2025, at 5:00 PM Eastern Time, and can contact Contract Specialist Ryan Hatfield at Ryan.Hatfield@va.gov or by phone at 412-641-0409 for further information.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.