Zeiss Microscopes Service Maintenance
ID: HT941025Q2043Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency, is soliciting quotes for a service maintenance contract for Zeiss microscopes and related medical equipment at the Naval Medical Center San Diego (NMCSD). The contract aims to ensure operational continuity and patient care by providing preventive and corrective maintenance, including firmware updates and repairs, for equipment such as the PENTERO 800 and TIVATO 700. This procurement is critical for maintaining high standards of medical equipment functionality, with a contract duration of four years starting April 15, 2025, and options for extension. Interested small businesses must submit their quotes by April 7, 2025, and can direct inquiries to Jojie Urrete at jojie.n.urrete.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:04 AM UTC
The Past Performance Questionnaire (PPQ) is a tool used by the Defense Health Agency (DHA) Western Markets Contracting Division to evaluate the performance of an Offeror for a U.S. Government contract. The PPQ solicits feedback on the Offeror's past performance, including aspects such as management of subcontractors, quality of work, and compliance with labor and safety standards. Evaluators must rate various performance indicators as Exceptional, Very Good, Satisfactory, Marginal, Unacceptable, or Not Applicable. The document emphasizes the importance of timely evaluation and encourages return submissions by a specified deadline. Additional space is provided for evaluators to detail any adverse remarks, contract performance problems, or client satisfaction, ultimately contributing to an overall rating for the firm. This evaluation plays a critical role in the government procurement process, ensuring that only qualified contractors are awarded contracts based on demonstrated performance and adherence to established standards.
The document is a combined synopsis/solicitation issued by the Naval Medical Center for service maintenance of existing medical equipment, prepared in accordance with FAR. It is categorized as a Request for Quote (RFQ), specifically set aside for small businesses under the NAICS code 334515. The solicitation outlines the government's need for a service maintenance contract to ensure operational continuity and patient care, covering equipment such as PENTERO 800 and TIVATO 700. The contract spans four years, starting from April 15, 2025, with specific options for extension. Offerors must submit detailed quotes that include technical specifications, pricing, and proof of authorized distribution capability for Zeiss products. The evaluation of offers will consider technical capability, past performance, and price, with particular emphasis on the quality and relevance of prior work. The RFQ requires submission by April 7, 2025, and emphasizes timely and complete responses to be eligible for award, reflecting the government's rigorous procurement standards and commitment to service excellence. This document exemplifies federal procurement processes aimed at ensuring effective supply chain management within the healthcare sector.
Mar 28, 2025, 7:04 AM UTC
The Department of Defense's Defense Health Agency has outlined a Statement of Work for PROAIM Americas LLC. to service and maintain Carl Zeiss medical equipment at the Naval Medical Center San Diego (NMCSD). The contractor is responsible for providing all necessary labor, parts, and equipment to ensure compliance with OEM specifications and relevant regulations. Services include both preventive and corrective maintenance, with a requirement for 95% of scheduled maintenance to be performed within 30 days and 100% within 60 days of due dates. The contractor may engage third-party vendors, subject to prior approval, and must ensure personnel are qualified and experienced. Field Service Reports detailing service work must be submitted within 72 hours post-service to facilitate invoicing. The contractor is also responsible for ensuring safety standards, responding to any equipment malfunctions promptly, and maintaining an overall equipment uptime of 95%. Additionally, the contractor must adhere to all applicable laws and regulations while providing services at NMCSD, highlighting the importance of compliance with safety protocols and standards in government contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Surgical Instrument Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Surgical Instrument Maintenance and Repair Services at various military medical facilities, including Naval Hospital Sigonella, Naval Hospital Naples, and NMRTC Rota in Europe. The contractor will be responsible for on-site repair and maintenance of surgical and dental instruments, ensuring their operational readiness through services such as inspection, cleaning, lubrication, and repair of over 12,000 items. This procurement is critical for maintaining the quality and availability of medical equipment necessary for military healthcare operations. Interested vendors must submit their quotes by April 21, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Gregory M. Crump at gregory.m.crump.civ@health.mil.
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.
Preventative and Scheduled Service for DMG Mori Machines
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
Zeiss Lumera 700 Microscope
Buyer not available
The Department of Veterans Affairs is seeking to procure a Zeiss Lumera 700 Microscope through a sole-source contract with ProAim Americas, LLC, specifically for the Michael E. DeBakey VA Medical Center in Houston, Texas. This advanced microscope is essential for enhancing visualization during ophthalmic surgeries, thereby improving patient outcomes and minimizing downtime post-surgery. The procurement includes delivery, installation, warranty, and training for the equipment, emphasizing the VA's commitment to providing cutting-edge medical care to veterans. Interested parties must demonstrate their OEM or authorized dealer status and submit their documentation by April 28, 2025, with inquiries directed to Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or 713-350-2943.
BPA Master Optical Surgical Instruments
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source Blanket Purchase Agreement to Alcon Vision, LLC for the procurement of Surgical Optical Equipment reagents necessary for the Centurion System at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under FAR 6.302-1, which allows for contracts when there is only one responsible source capable of fulfilling the agency's requirements, as Alcon Vision, LLC is the sole manufacturer of the Optical Centurion System. The reagents are critical for the operation of the Centurion System, ensuring that the medical center has access to essential supplies for surgical procedures. Interested parties capable of providing the requested reagents may submit their capabilities and price lists by 10:00 AM EST on May 2, 2025, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
AB Assurance Service Contract
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Life Technologies Corporation for a preventative maintenance service contract known as the "AB Assurance Plan" for two flow cytometry machines. This contract includes one maintenance visit at no charge, remedial repairs, priority technical support, and remote monitoring services, ensuring the optimal performance of the Cytkick autosampler and Attune NxT 4 laser Flow Cytometer. The total estimated funding for the initial year is approximately $18,667.53, with the contract period spanning from June 17, 2025, to June 16, 2026, and includes four option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or to the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil.
J065--Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services- Greater Los Angeles VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative maintenance, inspection, and repair services for Shimadzu equipment at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing comprehensive maintenance services, including unlimited technical support, on-site response within 48 hours for unresolved issues, and preventive maintenance to ensure the equipment operates at peak performance. This procurement is critical for maintaining the functionality of essential medical equipment, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotes by May 5, 2025, and direct any inquiries to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
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.