Draeger Anesthesia Maintenance
ID: FA286024Q4046Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, 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 Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's 316th Contracting Squadron at Joint Base Andrews has issued a Combined Synopsis/Solicitation for Draeger Anesthesia Maintenance services, soliciting responses by September 23, 2024. The requirement emphasizes the need for a contractor to provide annual on-site servicing, preventive maintenance for anesthesia equipment, and 24/7 support. Specifically, services will target five Apollo Anesthesia units and various vaporizing units critical to patient care in the 316th Medical Group (MDG). The contract, expected to be awarded as a firm-fixed price for a base period from September 30, 2024, to September 29, 2025—with four optional years—requires adherence to specified technical and price-related evaluation criteria. Interested parties must submit quotes via email and be registered in the System for Award Management (SAM) to be eligible. This acquisition is designated as sole source under NAICS code 811210, reflecting the specialized nature of the required services that must be performed by manufacturer-trained technicians. The synopsis also outlines key contract terms and conditions consistent with federal acquisition regulations, ensuring compliance with commercial practices while promoting transparency in the procurement process.
    The document is a Single Source Justification for a contract with Draeger, Inc. by the 316th Contracting Squadron, aimed at securing annual on-site service and maintenance for specific anesthesia equipment, including five Apollo Anesthesia units and associated vaporizers. Draeger is exclusively authorized to conduct maintenance and repairs on these units, as they hold the proprietary rights to the necessary software and certifications required for servicing. Due to the unique nature of this equipment and the absence of other capable vendors, the justification claims that competition is not feasible. The contract intends to preclude future reliance on a single source by conducting market research for alternate vendors in future contracts, aligning with federal regulations (FAR 13.106-1(b)(1)). The contracting officer confirms that only Draeger can fulfill the maintenance requirements for this specialized medical equipment. Overall, the document underlines the necessity for specialized services while committing to explore broader vendor options in subsequent bids.
    The Performance Work Statement (PWS) outlines requirements for the maintenance of Draeger Anesthesia equipment located at Joint Base Andrews. The contractor is responsible for scheduled preventative maintenance inspections (PMIs), annual Trace Gas inspections, and repair services for various anesthesia units and vaporizers. Services are to be performed in compliance with manufacturer standards and federal regulations. Key requirements include annual on-site inspections by a trained Field Service Engineer, provision of technical support 24/7, and the offering of discounted rates for unscheduled repairs. The document specifies that all contractor personnel must undergo federal criminal background checks and adhere to stringent security protocols. Performance objectives include ensuring timely PMIs with minimal error rates and providing free repair labor during these inspections. The government will not supply any tools or equipment. This PWS serves to establish clear expectations for service delivery and compliance with both operational and security standards, reflecting the government’s need for reliable medical equipment maintenance at military medical facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Zoll Propaq Machines or equal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Zoll Propaq medical machines or equivalent multifunctional portable cardiac defibrillators, EKG machines, and vital signs monitors. The required devices must allow physician control, feature 12-lead EKG capability, and monitor vital signs, ensuring they meet military mobilization standards and are easily transportable. This procurement is critical for maintaining medical readiness and operational efficacy within military settings, with the intended delivery point at Spangdahlem Air Base in Germany. Interested vendors must submit their proposals, including a Price Exhibit and Technical Exhibit, by September 25, 2024, and can contact Angelo Minisini at angelo.minisini@us.af.mil or TSgt Sydney Wadlington-Sanders at sydney.wadlingtonsanders@us.af.mil for further information.
    TRACHEOSTOMY TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Tracheostomy Tubes as part of a Standardization Action for Military Treatment Facilities (MTFs) across the armed forces. Vendors must be on the Qualified Suppliers List (QSL) MS-2401-03 and are required to submit pricing quotes that are discounted from existing Distribution and Pricing Agreement (DAPA) prices, with an estimated annual demand of approximately $142,507 for these medical supplies. The selected vendor will enter into a five-year Incentive Agreement (IA), with the lowest price determining selection, anticipated by October 10, 2024. Interested vendors must submit their responses, including detailed pricing and product specifications, by 5:00 PM local Philadelphia time on September 26, 2024, and can direct inquiries to Arthur Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    16--REGULATOR,OXYGEN,DE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 485 units of the Oxygen Regulator, NSN 1660014996703. This solicitation is part of a combined synopsis/solicitation and aims to fulfill the requirements for aerospace craft components and accessories, which are critical for ensuring the safety and functionality of aviation operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, with delivery expected at DLA Distribution Jacksonville within 179 days after order placement.
    42--BREATHING APPARATUS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 250 units of breathing apparatus, identified by NSN 4240012170046. This solicitation aims to fulfill safety and environmental protection needs, as the breathing apparatus is crucial for various defense operations and emergency situations. Interested vendors are invited to submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for submission is 60 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    4920 - INFLATOR-MONITOR NSN: 6RD 4920 01-043-3130 IAW: P/N 631AS100-1 QTY: 2 (two) EA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure two units of the Inflator-Monitor, identified by NSN 6RD 4920 01-043-3130 and P/N 631AS100-1. This procurement is critical for aircraft maintenance and repair operations, ensuring the availability of specialized equipment necessary for effective aircraft servicing. Interested vendors should note that the primary contact for this opportunity is T. Kuhnle, who can be reached at 215-737-4024 or via email at thomas.kuhnle@dla.mil for further inquiries.
    NASOGASTRIC TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide nasogastric tubes as part of a Standardization Action for Military Treatment Facilities (MTFs) within the Military Health System (MHS). The procurement aims to standardize these medical supplies to enhance operational efficiency and cost-effectiveness, with an estimated annual demand of approximately $236,495 based on historical usage data. Vendors must be on the Qualified Suppliers List (QSL) MW-2402-10 and submit discounted pricing quotes from existing Distribution and Pricing Agreements (DAPA) by September 26, 2024, with the anticipated selection date set for October 10, 2024. Interested vendors can direct inquiries to Arthur Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil for further information.
    Defense Logistics Agency (DLA) Troop Support Medical Gas Electronic Catalog (ECAT) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the Medical Gas Electronic Catalog (ECAT) Program, aimed at fulfilling medical gas requirements for Military Treatment Facilities (MTFs) and Dental Treatment Facilities (DTFs) across the Contiguous United States, Alaska, Hawaii, and Puerto Rico. The procurement focuses on the refilling of bulk medical gas tanks and the supply of various cylinder-compressed medical gases, including oxygen, carbon dioxide, nitrogen, and specialty gas mixtures, while ensuring compliance with hazardous material handling and labeling requirements. This initiative is critical for maintaining a steady supply of high-purity medical gases essential for patient care in military healthcare facilities. Interested vendors must submit their proposals by October 8, 2024, and can direct inquiries to Mario Buonanoce at mario.buonanoce@dla.mil. The contract is structured as a partial small business set-aside, with a maximum duration of seven years and an estimated total value of $450 million.
    HEPA Filtered Equipment Maintenance Services in support of USAMRIID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors to provide High Efficiency Particulate Air (HEPA) Filtered Equipment Maintenance Services in support of the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement is structured as a Request for Quote (RFQ) and aims to ensure the proper maintenance of specialized equipment critical for infectious disease research and containment. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the solicitation number HT942524Q0127. Interested parties should direct inquiries to Kirstin Quinn at kirstin.l.quinn.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil, with quotes being requested as per the guidelines outlined in the combined synopsis/solicitation.