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
    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
    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.
    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
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    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.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    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.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    INCA Microscope Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for the maintenance of INCA microscopes with Oxford Instruments America Inc. This procurement involves the repair and maintenance of specific models, including the Aztec Live Auto / Ultim Max 65 and INCA mics/x-stream, which are critical for laboratory operations. The government plans to proceed under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive capability by 0800 EST on December 15, 2025. For further inquiries, interested parties may contact Martina C. Bond at martina.bond.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.
    USNA Confocal Microscope System
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide a confocal microscope system for the United States Naval Academy (USNA). The system must be an inverted motorized microscope capable of high-resolution imaging of objects ranging from 1 to 500 microns, with approximately 100 nm resolution, and include features such as multi-color imaging, a motorized XY-stage, DIC optics, and a high-resolution sCMOS camera. This procurement is essential for supporting biological chemistry research and project-based learning, as the current microscope is outdated and no longer meets the department's needs. Interested parties should submit their capability statements and organizational information to Cody Ellis at cody.c.ellis.civ@us.navy.mil, as this is a Request for Information (RFI) for market research purposes, with no contract being awarded at this stage.