RFP - Rewrite of Existing Technical Manual
ID: W911QY-25-R-A010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rewrite of the existing Technical Manual (TM) for the Chemically Protected Deployable Medical System (CP DEPMEDS). The objective is to update the manual to reflect significant changes in equipment and maintenance philosophy, transitioning from a four-level to a two-level maintenance system in compliance with current military standards. This project is crucial for ensuring that military personnel have access to accurate and up-to-date operational guidelines for modern medical equipment used in deployed environments. Interested contractors must submit their proposals by July 7, 2025, with a total contract value of approximately $19,500,000. For further inquiries, potential bidders can contact Andrew R. Rhodes at andrew.r.rhodes10.civ@army.mil or Dan Adams at dan.l.adams2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the Contract Data Requirements List for a specific contract, detailing the processes for submitting technical documents such as Technical Manuals (TMs) in compliance with military standards (MIL-STD 40051). The contractor is required to deliver various versions of the Preliminary Technical Manual (PTM) at specified completion stages (30% and 70%) using XML-tagged data files and must address government comments within established timelines. Additionally, the final deliverable must not only meet quality standards but also include all associated artwork and documentation. Clear communication on document submissions and approvals is emphasized, with provisions for government review and correction of errors. The form also incorporates instructions for completing it, specifying requirements for price estimation based on the data item's significance to contract performance. This document serves as a standardized guide within federal contracting to manage and ensure the adequacy of technical documentation, reflecting the government's focus on compliance, accuracy, and efficiency in contractor performance across various projects.
    The DD Form 1423-1 outlines the requirements for the submission of a Validation Plan related to the CP DEPMEDS Technical Manual (TM). It mandates the contractor to deliver this plan 30 days prior to validation, with the Government providing comments 14 days ahead of the validation schedule. The Validation Plan details procedures to ensure compliance regarding technical adequacy, safety, and maintenance of the TM, which includes comprehensive reviews of various maintenance-related components. Completion involves confirming the accuracy of references, ensuring correctness in nomenclature across documentation, and preparing for all tasks on Government Furnished Equipment (GFE). The form emphasizes that government receipt does not imply acceptance, and outlines the necessity for clear distribution statements for proprietary information. Importantly, it describes the data categorization process for pricing and provides instructions on completing the form. This document is essential for maintaining standards in government contracting, particularly in ensuring validated technical documentation for military systems.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for the Department of Defense, focusing on the management and submission of critical data items in contractual agreements. It details the necessary components involved in completing the form, including contractor information, data item description, authority references, and tracking of submissions. The form emphasizes the process for validation reports, stating that contractors must provide these as part of technical manuals or equipment publications, with payment contingent on government approval. Additionally, it highlights essential instructions regarding distribution statements and data classification. The purpose of this documentation is to standardize data requirements within federal contracts, ensuring that contractors understand their obligations and the associated administrative responsibilities. Such clarity is vital for compliance with governmental standards and effective communication between contractors and government entities.
    The document outlines the requirements for submitting a Contract Data Requirements List (CDRL) under the Department of Defense (DoD) regulations. It specifies that the contractor must provide an array of data, including technical manuals and digital files, in specified formats and resolutions. Importantly, all graphics must be delivered in Scalable Vector Graphics (SVG) format and meet certain quality standards for reproduction. The procedure for submission includes details such as the need for a Letter of Transmittal and the use of DD Form 250 for acceptance documentation. Additionally, distribution is limited to US Government entities, and specific categories of data items (e.g., Technical Data Packages and Technical Manuals) are defined. The file emphasizes the importance of accurate delivery timelines, the clarity of information, and obtaining government approval of the data submissions. Overall, this guidance seeks to standardize the data submission process and ensure that all necessary information is adequately conveyed to government stakeholders, thereby facilitating informed decision-making in contract management.
    The document is the DD Form 1423-1, a Contract Data Requirements List, integral for data specification within government contracts. It outlines the requirements for contractors to deliver various data items associated with the development and maintenance of technical manuals and operational documentation. The key features include the identification of data types (Technical Data Packages, Technical Manuals, etc.), submission timelines, and distribution statements. Contractors are mandated to participate in quarterly In Progress Reviews (IPRs), presenting project statuses and addressing content development challenges. The document highlights the necessity of a quality assurance process and provides a format for tracking project metrics and progress. Additionally, it details the categories under which data items fall, indicating the required price estimation for each category based on their significance to the project. The overarching purpose of the DD Form 1423-1 is to ensure structured and compliant delivery of technical documentation by contractors, supporting the government’s acquisition processes while adhering to established standards and expectations.
    The COST PROPOSAL - CPDEPMEDS Technical Manual outlines the requirements for submitting a comprehensive cost proposal as part of a government RFP process. The document is structured to guide contractors in detailing various cost elements for their proposals, including direct labor, labor overhead, materials, material overhead, subcontracts, and other direct costs. Contractors are instructed to fill in specific information in designated fields while avoiding alterations to predefined formulas. Additionally, the document emphasizes the importance of attaching supporting documentation to establish the reasonableness of proposed costs. It also contains sections for General and Administrative (G&A) costs, and specifies that certain cost data may need to be certified. The goal of this manual is to ensure clarity and accuracy in cost submissions, facilitating the government’s review and evaluation of proposals. Overall, the document serves as an essential tool for contractors to prepare and present their cost proposals in alignment with federal regulations and standards for contract submissions.
    The COST PROPOSAL document serves as a technical manual for contractors preparing cost submissions for government contracts, specifically targeting CLIN (Contract Line Item Number) budgeting related to labor, materials, and subcontracting. It outlines specific instructions for completing cost worksheets, detailing the necessity of filling in designated areas while avoiding alterations to preset formulas. Key cost categories to be reported include direct labor, labor overhead, material costs, subcontracting expenses, and other direct costs. A subtotal for each category is required, reflecting proper documentation of each cost component's justification. The document stresses the importance of submitting accurate and adequately supported cost proposals to enable government personnel to review and evaluate submissions effectively. Offerors must substantiate their claims to demonstrate the reasonableness of their proposed costs, as the onus is on them to provide comprehensive documentation. Moreover, information regarding general and administrative (G&A) rates, profit margins, and applicable fees must be included, culminating in a total cost summary for each CLIN. This structured approach aims to ensure transparency and accountability in the cost proposal process within government contracting.
    The COST PROPOSAL - CPDEPMEDS Technical Manual outlines the procedure for contractors submitting cost proposals for federal contracts. It specifies the information required for each Contract Line Item Number (CLIN) related to direct labor, overhead costs, materials, subcontracting, and additional direct costs. Offerors must complete specified fields while adhering to guidelines that prohibit alterations to certain sections of the document. Supporting documentation is crucial to validate the proposed costs and ensure compliance with government regulations, particularly those outlined in FAR 15.403-4 concerning certified cost or pricing data. The document highlights the importance of accuracy, completeness, and clarity in proposals, urging contractors to provide detailed and well-supported information. Additionally, it establishes a structured format for entering costs, including separate calculations for various cost factors, to facilitate government review and evaluation. Overall, the manual serves as a comprehensive guide for contractors to prepare their cost proposals effectively, ensuring they meet governmental requirements for federal RFPs.
    The COST PROPOSAL - CPDEPMEDS Technical Manual outlines essential information and instructions for preparing a cost proposal in response to federal requests for proposals (RFPs). The document emphasizes the necessity of filling specific yellow boxes with detailed cost data, including direct labor, labor overhead, materials, and subcontracting expenses for each Contract Line Item Number (CLIN). Supporting documentation is required for each cost element to substantiate the proposed costs, ensuring they are reasonable and adequately justified. Key components consist of direct labor costs, material expenses, overhead, and additional direct costs, along with general and administrative expenses (G&A), profit margins, and any applicable federal cost committees (FCCOM). Clear guidance is provided on what should and should not be included in the proposal, underlining the importance of accuracy and completeness. Costs are to be tabulated in summary form, culminating in a total cost that aggregates all expense categories. The manual serves as a comprehensive framework for contractors to prepare viable proposals that align with government standards and facilitate the contract award process.
    The CP DEPMEDS Technical Publications Performance Work Statement (PWS) outlines the requirements for rewriting the Chemically Protected Deployable Medical System (CP DEPMEDS) Technical Manual (TM). The revision will address updates in maintenance philosophy, equipment changes, and configuration modifications in compliance with military standards. The contractor is tasked with developing a comprehensive Operator and Field Maintenance Manual, incorporating necessary technical updates, including the integration of modern components that replace legacy systems, aligned with the new Force Design Update (FDU) hospital configurations. The government will provide essential source data and graphics as Government Furnished Information (GFI) but warns that it comes without warranties. Key to the TM development will be adherence to MIL-STD guidelines, ensuring quality assurance and validation against military specifications. Additionally, the contractor must prepare a Maintenance Allocation Chart, consistent Repair Parts and Special Tools List, and develop work packages that clearly outline maintenance tasks. A quality assurance plan must be established to ensure all publications meet specified accuracy and usability standards. The Government will conduct comprehensive reviews and validations, aiming for technical correctness and compliance with military requirements. This PWS emphasizes a structured approach to maintaining technical publication quality, facilitating effective medical operations within the military's deployed environments.
    The DD Form 2345 is a Militarily Critical Technical Data Agreement used in the Joint Certification Program for entities seeking access to military-critical technical data. The form outlines the submission type, entity details, data custodians, and relevant business activities. Applicants must certify compliance with U.S. and Canadian export control laws, confirming that data access is crucial for government contracts. The certification ensures that designated custodians are citizens or lawful permanent residents of the respective country and that those with data access are not ineligible for government contracts. Authorized representatives must attest to the accuracy of the information provided. The document specifies submission processes, instructions for completing the form, and outlines the roles of U.S. and Canadian officials in the approval process. This certification is essential for obtaining and using militarily critical technical data, signifying adherence to applicable regulations and legal standards. The form is integral for contractors engaged in activities that require such sensitive data, ensuring compliance and maintaining the integrity of national security protocols.
    The document outlines the Performance Work Statement (PWS) for the development of new technical publications for the Chemically Protected Deployable Medical System (CP DEPMEDS). It specifies the rewrite requirements for the Technical Manual (TM) to align with recent standards, including a shift from a four-level to a two-level maintenance system, updates to reflect modern component changes, and adjustments in equipment set configurations consistent with current military guidelines. Key updates include the transition to the TEMPER Airbeam Supported shelter, new environmental control units, and modernized filtration systems, along with changes in medical set sizes from the legacy configuration to the modern Force Design Update requirements. The contractor is responsible for creating user-friendly manuals in compliance with the MIL-STD 40051-2 standards and using government-provided data and graphics for accuracy. Validation and quality assurance processes are highlighted to ensure the manuals maintain technical integrity and usability. Ultimately, the project aims to enhance the operational effectiveness of military medical units by delivering comprehensive, updated technical manuals that facilitate maintenance and functionality of CP DEPMEDS equipment. This initiative exemplifies federal efforts to modernize military resources through focused technical documentation.
    The document outlines the structure and requirements for the Technical Manual (TM) Content for weapons systems, specifically following MIL-STD-40051-2D. It serves as a comprehensive guide to the documentation standards for military equipment, detailing mandatory elements such as front matter, equipment descriptions, operator instructions, troubleshooting procedures, and maintenance instructions. Each section is categorized into work packages including safety, transportation, and software information, indicating whether specific elements are required (R), prohibited (P), or as required based on circumstances. Key chapters cover general information, operational procedures, emergency protocols, maintenance checks, and destruction guidelines, ensuring compliance with national standards. The organization of the content enables easy navigation and reference, crucial for military personnel involved in equipment operation and maintenance. This structured manual supports adherence to safety and efficiency protocols, and is critical in both operational readiness and regulatory compliance within military operations. The document's emphasis on comprehensive maintenance and operational guidelines is intended to bolster the effectiveness of military assets while ensuring public safety and environmental considerations.
    This document outlines a comprehensive Equipment Publications Defects List, categorizing various defects found in technical manuals (TMs) and repair parts lists (RPSTLs) that may require corrections. Defects range in classification from Critical (C), Major (M), to Other/Minor (O), impacting usability, user safety, or material readiness. Examples include legibility issues, incorrect or omitted information, and inconsistencies between text and illustrations. The list serves as a guideline for identifying errors that could hinder maintenance procedures or compromise equipment integrity. It specifies the urgency of remediation, particularly for critical and major defects that must be addressed promptly, highlighting the importance of accuracy in technical documentation. This systematic approach supports government initiatives in ensuring that publications meet operational standards necessary for efficient maintenance and safety protocols, aligning with federal and state procurement processes aimed at enhancing government efficiency and accountability.
    The Quality Assurance Surveillance Plan (QASP) for Solicitation W911QY-25-R-A010 is designed to ensure the quality of a Chemically Protected Deployable Medical System (CP DEPMEDS) Technical Manual (TM) through systematic evaluation of contractor performance as stipulated in the Performance Work Statement (PWS). The QASP outlines roles and responsibilities of the Contracting Officer’s Representative (COR) and Contracting Officer, emphasizing the COR’s role in quality assurance and documentation of contractor performance. The contract, issued on a Firm Fixed Price basis, focuses on delivering a TM reflecting updated equipment configurations and maintenance philosophies. Quality control is the contractor’s responsibility, while the COR conducts surveillance according to defined performance objectives, standards, and thresholds. Key deliverables, including Preliminary Technical Manual (PTM) drafts and Maintenance Allocation Charts, are subject to specific accuracy and completeness levels. Performance evaluation ratings range from “Very Good” to “Unsatisfactory,” determining the acceptability of the contractor’s output. This document serves as a critical framework for maintaining quality standards, supporting the government's oversight in federal contract management, especially in contexts related to RFPs and grants.
    The document addresses inquiries related to the government contract W911QY-25-R-A010, specifically regarding the location of technical manual work. It clarifies that all technical tasks under this contract can be executed remotely, with no travel obligations for personnel. This flexibility reflects an emphasis on efficient resource management and adapting to contemporary work practices. The remote work arrangement is expected to facilitate a broader talent pool by not restricting candidates to a specific geographical location, aligning with current trends in government contracts aimed at improving operational efficiencies. Overall, the document outlines important logistical considerations for contractors involved in this initiative, providing clarity on project execution requirements.
    The document outlines the responses to questions regarding the government contract W911QY-25-R-A010. Key points include that technical manual (TM) work is primarily envisioned as remote, with $45,000 allocated for potential travel costs. The project’s period of performance is set for one year, concluding with a TM delivery anticipated in June 2026. The government will supply all necessary technical configuration data, negating the need for prior contractor expertise in CP DEPMEDS components. No security clearance is required for this contract, and the government does not foresee needing additional funding beyond what contractors propose. Furthermore, all photographic content must be converted to SVG-compliant line art, and while corrections to validation errors must be rapid, significant changes can be negotiated on a case-by-case basis. Lastly, the distinction in billing between contract line items (CLINs) relates to discrete items versus holistic projects, impacting invoicing and acceptance criteria. This document serves as a guiding framework for prospective contractors and clarifies obligations and expectations for contract execution.
    The document outlines the responses to questions regarding Request for Proposals (RFP) W911QY-25-R-A010, focusing on the technical manual (TM) development for the CP DEPMEDS system. Key points include that technical work can be performed remotely with a travel cost assumption of $45,000, and no prior expert knowledge of CP DEPMEDS is required as the government will provide necessary data. Security clearances are not needed, and the contract period is set for one year. The contractors will be required to deliver corrected materials within specified timeframes, and all Government Furnished Information will be provided to assist in the TM preparation. Contractors are also instructed on the billing methods for deliverable categories, the absence of an estimated budget (offerors should submit their best pricing), and the optional nature of a cover letter for proposals. Overall, the aim of this RFP is to effectively oversee and facilitate the development and verification of technical manuals while ensuring compliance with government standards and fostering smooth vendor-government collaboration.
    The document comprises questions and answers related to the government Request for Proposal (RFP) W911QY-25-R-A010, focusing on the development of a technical manual (TM) for the CP DEPMEDS system. The key topics include the nature of work (primarily remote), contract requirements (like validation and verification processes), and deliverables specifications. Notably, no prior knowledge of the CP DEPMEDS system is required as the government will provide necessary documentation. The contract's duration is set for one year, with no security clearance needed for workers involved. Pricing and invoicing processes are clarified, indicating that deliverables will be invoiced upon completion. Additional queries cover proposal submission protocols, including the option for an optional cover letter and the specifications for graphics and part numbers relevant to the manuals. This RFP emphasizes collaboration between contractors and government representatives, outlining clear channels for communication and compliance with established protocols. The aim is to ensure the timely production of a comprehensive technical manual while addressing the complexities of technical content integration and validation.
    The document pertains to the contract W911QY-25-R-A010, clarifying several operational and administrative aspects. It emphasizes that technical manual work under this contract is primarily intended to be performed remotely, requiring no travel. The SF 312 form for security clearance is to be completed at the company level using the Employer Identification Number (EIN) rather than individual Social Security Numbers (SSNs). It is confirmed that prior knowledge of the CP DEPMEDS system is not necessary, as the government will provide all required technical documentation. No security clearance is mandated, and the contract is expected to last one year, with final delivery of the technical manual anticipated in June 2026. There are no option years beyond this period for upgrades or maintenance, and contractors are advised to submit their best pricing, as no budget constraints or not-to-exceed figures are specified. This document outlines crucial details for potential contractors regarding expectations, security requirements, and performance timelines within federal procurement context.
    The document is a Classified Information Nondisclosure Agreement between individuals and the United States government, establishing the obligations for protecting classified information. Individuals acknowledge their responsibilities concerning classified information—marked or unmarked—under executive orders and federal statutes. It outlines the necessity of authorization for disclosing such information, notifying that unauthorized disclosure may result in legal consequences, job termination, or loss of clearances. The agreement emphasizes that all classified materials remain government property and must be returned upon request. Notably, it incorporates existing whistleblower protections and clarifies that disclosures related to safeguarding public interests are not prohibited. The agreement holds individuals accountable for compliance with laws prohibiting unauthorized disclosures, ensuring accountability to national security interests while providing a framework for lawful communication. The document's structure includes sections focusing on confidentiality obligations, consequences of breaches, and acknowledgments of debriefings, starkly emphasizing the seriousness of handling classified information in the government context.
    The document is a Classified Information Nondisclosure Agreement (SF 312) between an individual and the United States government, establishing obligations for handling classified information. It emphasizes that these provisions do not interfere with existing employee rights related to whistleblower protections, classified information, and communications to Congress. The agreement outlines the responsibilities of individuals granted access to classified information, including the prohibition on unauthorized disclosures and the requirement to return classified materials upon request. Breaches of the agreement may lead to disciplinary actions, including termination of security clearances and potential criminal charges. Additionally, the document necessitates that individuals follow specific procedures to ensure the confidentiality of classified materials. It reinforces that all classified information remains government property and underscores the serious nature of handling such information, protecting national security interests. Overall, this agreement is crucial in establishing clear protocols for individuals in federal positions to safeguard classified information effectively.
    The document outlines a solicitation for rewriting the Technical Manual for the Chemically Protected Deployable Medical System (CP DEPMEDS) program. It specifies the requirements for submission, including a focus on thorough documentation reflecting changes in equipment and maintenance philosophy. The deadline for proposals is June 16, 2025, with a total award amount of $19.5 million, under a fixed-price contract. Key components include a detailed description of required technical documentation, requirements for contractor submissions, and the evaluation process which prioritizes technical capability and past performance. Evaluation will follow a Lowest Price Technically Acceptable approach, ensuring proposals are compliant and can meet government specifications. The document mandates strict adherence to various federal acquisition regulations and outlines the need for submissions to be in specific formats and include clear sectioning for ease of evaluation. Overall, this solicitation emphasizes the need for precise and comprehensive technical writing in compliance with military standards, showcasing the government's push for high-quality, accountable service providers.
    The document outlines a solicitation for rewriting the Technical Manual for the Chemically Protected Deployable Medical System (CP DEPMEDS) program, targeting Women-Owned Small Businesses (WOSB). The rework aims to update content to reflect modern equipment, adjust maintenance procedures, and align with current Department of Defense standards, including XML tagging requirements. Key elements include a detailed schedule of supplies, services, and a total award amount of USD 19.5 million. Proposals must follow strict submission guidelines, including separate volumes for technical, past performance, and pricing details. Evaluation criteria emphasize a Lowest Price Technically Acceptable approach, where technical proposals must meet specified requirements without deficiencies for consideration. Past performance must demonstrate relevant and recent experiences, limiting entries to three contracts with comprehensive details provided. Vendors are instructed on compliance with various federal acquisition regulations and required certifications, reinforcing transparency and accountability in the proposal process. This solicitation reflects the government's commitment to supporting small businesses while ensuring high-quality deliverables in military logistics and technical documentation.
    This document outlines the solicitation for a contract aimed at rewriting the Technical Manual for the Chemically Protected Deployable Medical System (CP DEPMEDS) program, designated as W911QY25RA0100003, with a total award amount of USD 19,500,000. The contractor is expected to update the manual to reflect equipment changes, replace legacy systems, and comply with current Department of Defense standards. Offers must be submitted by July 7, 2025, and will be evaluated based on technical capability, past performance, and price, following a lowest price technically acceptable selection process. Proposals must adhere to stringent formatting and content requirements, include specified past performance narratives, and demonstrate knowledge of military documentation standards. Additionally, certain FAR and DFARS clauses regarding ethics, cybersecurity, and subcontracting conditions will apply. Offerors must properly format their submissions to ensure that cost details are separate from technical proposals. Access to Government Furnished Information requires prior approval, emphasizing security compliance. Overall, this solicitation showcases an effort to enhance military effectiveness through clear documentation tailored for modern requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Solicitation - 6665-01-226-5589 M9 Chemical Paper
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for a firm-fixed-price contract to supply M9 Chemical Paper, identified by NSN 6665-01-226-5589. The procurement requires a minimum of 856,890 rolls and a maximum of 41,041,884 rolls over a five-year period, emphasizing the importance of First Article Testing, military packaging, and compliance with hazardous material handling standards. This chemical paper is critical for military operations, necessitating strict adherence to configuration management and testing protocols. Interested offerors must submit their proposals electronically via SAM.gov by January 1, 2026, and can direct inquiries to the primary contacts, Eboni Albert and Jonice Green, at their respective email addresses.
    Request for Information (RFI) - Equipment Maintenance Database
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking information on commercial solutions for an Equipment Maintenance Database as part of its Soldier Medical Devices Program. This Request for Information (RFI) aims to identify subscription-based services that include a Biomedical Preventive Maintenance Database, along with various other databases essential for managing healthcare operations and ensuring regulatory compliance. The selected solution must support 80 concurrent users, be cloud-based, and compatible with government IT systems, with a contract period of one year and four optional renewals. Interested parties should submit their responses, including detailed white papers and company information, to Patrick Wallace or Trisha Scott via email by the specified deadline.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    MTEC-26-01-BloodBag Request for Project Proposals Pre-Announcement
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the manufacturing of single blood donor collection and storage bags within the Continental United States (CONUS). This initiative aims to address the critical shortage of blood storage bags, particularly for use in forward military operations, by establishing domestic manufacturing capabilities to ensure rapid production in times of need. The selected proposals will focus on producing blood bags that meet specific FDA and military standards, with an expected funding availability of up to $4 million for initial awards ranging from $1 to $3 million, and a performance period not exceeding 42 months. Interested parties should contact Dr. Chuck Hutti at chuck.hutti@ati.org for further inquiries and must be members of the Medical Technology Enterprise Consortium (MTEC) to submit proposals, which are anticipated to be released shortly.
    TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.
    Medical Physics Testing
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.