Lease of one (1) 64-128 Computed Tomography (CT) System: Naval Hospital Guantanamo Bay, Cuba
ID: HT940625R0007Type: Solicitation
Overview

Buyer

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

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency, is soliciting proposals for the lease of one mobile 64-128 Slice Computed Tomography (CT) System for the Naval Hospital Guantanamo Bay, Cuba. The procurement aims to ensure uninterrupted medical imaging services during a 12-week period when the existing CT unit will be unavailable, requiring the contractor to provide a weatherproof mobile unit, certified personnel for setup, and onsite training for CT technicians. This contract will be awarded as a firm fixed price, consisting of a six-month base period followed by a three-month option period, with proposals due by April 21, 2025. Interested vendors should direct inquiries to Lenore Y. Paseda and Rebecca Brashears via email, ensuring compliance with all specified federal regulations and submission guidelines.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 12:05 PM UTC
The document is a Request for Quotation (RFQ) by the U.S. government for leasing a mobile 64-128 Slice Computed Tomography (CT) System for the Naval Hospital Guantanamo Bay, Cuba, due to the unavailability of their existing unit for 12 weeks. The RFQ outlines the requirements for the mobile CT scanner, which must be weatherproof, capable of accommodating various patient needs, and compliant with FDA regulations. The contractor must provide all necessary personnel, equipment, and training. The contract's performance period is divided into a base period (six months) and an option period (three months). Quotations are due by April 21, 2025, with submissions requiring specific structural guidelines. Evaluation of offers will consider capability, past performance, and price, emphasizing a best-value approach. Contractors must ensure compliance with various federal regulations, security protocols, and quality control measures throughout the contract's duration. This procurement showcases the government’s emphasis on maintaining uninterrupted medical services while adhering to strict operational standards and procedural requirements during a critical equipment transition.
Apr 21, 2025, 12:05 PM UTC
The document presents a pricing sheet for a federal solicitation (No. HT940625R0007) related to the procurement of a Mobile CT Scanner System. The pricing structure includes a base period of 6 months and an option for an additional 3 months. However, all quantities and total costs listed for both periods are marked as $0.00. There is no unit price specified, nor is there accompanying narrative or supporting information to explain the pricing decisions. The document appears to be part of the broader context of federal requests for proposals (RFPs), likely intended for interested vendors to provide pricing for essential medical equipment. Its lack of detailed pricing and justification suggests it may be a preliminary or incomplete submission, requiring further specifications for clarity in the bidding process.
Apr 21, 2025, 12:05 PM UTC
The document outlines a Request for Proposals (RFP) for leasing a mobile 64-128 Slice Computed Tomography (CT) System at the Naval Hospital Guantanamo Bay, Cuba. This non-personal services contract requires the contractor to provide all necessary personnel, equipment, supplies, and support for setup and operation of the CT system during the downtime of the existing unit. The lease aims to ensure uninterrupted medical services during a 12-week period when the permanent CT scanner is unavailable. The contract includes the requirement for the system to meet specific operational standards, provide certified personnel for setup, and comply with FDA regulations. The proposal also details administrative specifications like performance periods and compliance with security measures at the base. In terms of evaluation criteria, the contractor's submission will be judged on capability approach, past performance, and pricing, with an emphasis on providing the best value. The contract emphasizes the importance of maintaining high safety and operational standards and includes detailed requirements for service delivery, quality control, and emergency support mechanisms. The summary captures the essence of the government's need to secure medical imaging services and the structured process for acquiring these services through a clear and competitive procurement process.
Lifecycle
Title
Type
Similar Opportunities
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
Mobile MRI Trailer and Technician
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a mobile MRI unit and associated technologist services at the Austin Outpatient Clinic in Texas. The procurement requires the contractor to provide a fully operational 1.5T MRI unit along with skilled technologists for a base period of 12 months, with the option to extend for four additional years. This initiative is crucial for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and maintaining high standards of patient safety and data confidentiality. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, at 12:00 PM CST, and can direct inquiries to Contracting Officer Oneka Robertson at oneka.robertson@va.gov or by phone at 210-992-4129.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
Serv C25-073 Pacer Edge TJOB Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to solicit a sole source contract for Computed Tomography (CT) scans for radioscopy parts, to be performed by Waygate Technologies. The contractor will be responsible for providing all necessary labor, tools, equipment, materials, and quality control for the service, which will take place at the contractor's off-site facility for the Oklahoma City–Air Logistics Complex (OC-ALC). This contract is crucial for maintaining the operational integrity of materials handling equipment, as outlined under NAICS code 811310. The estimated period of performance is from June 17, 2025, to September 17, 2025, and interested parties must register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested vendors can contact Sondra Groth at Sondra.Groth@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
Urology Laser, Extra-Corporeal Shockwave Lithotripter and MRI-Ultrasound Fusion Services
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking quotations for Urology Laser, Extra-Corporeal Shockwave Lithotripter, and MRI-Ultrasound Fusion services to be provided at the Naval Hospital in Jacksonville, Florida. The procurement aims to secure advanced medical services, including on-site laser operations, lithotripter services, and imaging support for targeted prostate biopsies, all utilizing FDA-approved equipment compatible with existing hospital systems. This initiative is critical for ensuring the healthcare needs of military personnel are met with high-quality medical services over a multi-year period, from October 1, 2025, to September 30, 2030, with options for extension until March 31, 2031. Interested vendors should submit electronic offers and can contact Ryan Poe at ryan.t.poe.civ@health.mil for further information.
Up to 2 month lease of 119 MFDs for OCONUS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the lease of 119 multi-functional devices (MFDs) along with associated maintenance services for a period of up to two months. This procurement, classified under NAICS code 532420, is essential for supporting operational needs and enhancing efficiency in document management within military functions. Interested contractors must submit their proposals by April 28, 2025, with the evaluation based on a Lowest Price Technically Acceptable (LPTA) approach, considering price, technical merit, and past performance. For further inquiries, potential offerors can contact Tyler Bowman at tyler.bowman@dla.mil or by phone at 717-770-8137.
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.
Varian Linear Accelerator Service Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide service maintenance for the Varian Linear Accelerator at the Naval Medical Center San Diego (NMCSD). The procurement involves a non-personal services contract that requires the contractor to ensure the operational reliability of the radiotherapy systems by performing preventive and corrective maintenance, emergency support, and compliance with regulatory standards, all while maintaining a minimum uptime rate of 97%. This contract is crucial for ensuring the reliability and functionality of essential medical equipment in the provision of healthcare services. Interested parties must submit their quotes by 10:00 AM PST on May 6, 2025, and direct any inquiries to Dernell Wade at dernell.w.wade.civ@health.mil.
FMC Carswell Mobile Ultrasound and Echocardiogram
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified vendors to provide Mobile Ultrasound and Echocardiogram Services for the inmate population at the Federal Medical Center (FMC) Carswell in Texas. The procurement aims to establish a Blanket Purchase Agreement (BPA) for an estimated 1,872 sessions over a base year and four option periods, with services required four times weekly for ultrasound examinations and once weekly for echocardiograms. This initiative is crucial for enhancing healthcare services within the correctional facility, ensuring timely medical evaluations for female adults in custody. Interested vendors must submit their responses to the market research questionnaire by May 1, 2025, at 10:00 am CST, and can direct inquiries to John Holleman at jholleman@bop.gov or by phone at 202-598-6011.