Surgical Instrument Maintenance and Repair Services
ID: HT001425R0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, 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
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 2:00 PM UTC
Description

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.

Files
Title
Posted
Apr 16, 2025, 9:06 PM UTC
The document outlines a federal Request for Proposal (RFP) for surgical instrument repair and maintenance services for various military medical facilities located in Spain and Italy. It includes options for extending terms over multiple years, with a focus on ensuring compliance with regulations governing federal contracting and small business participation. Specific contracts are identified for each facility, including Naval Hospital Rota, US Naval Hospital Naples, and Naval Hospital Sigonella and Bahrain. The solicitation emphasizes the importance of adhering to federal acquisition regulations, including clauses relevant to trafficking in persons and other ethical business practices, reflecting the government's intent to promote responsible contracting. The offer due date is set for April 21, 2025, with submission requirements stipulated. These services are categorized under small business participation categories and comply with the federal size standards. The overall purpose emphasizes contracting for critical services while maintaining regulatory compliance and promoting participation among small or disadvantaged businesses.
Apr 16, 2025, 9:06 PM UTC
The Performance Work Statement outlines the requirements for non-personal services to be provided by a contractor for the US Naval Hospital Sigonella and associated locations. The contractor is responsible for on-site repair and maintenance of surgical and dental instrumentation, ensuring their availability for medical readiness. Services include inspection, ultrasonic cleaning, lubrication, sharpening, and repair of various instruments, with specific attention to different types of trays and peel packs which total 12,131 items across several medical facilities. Contractor personnel must have significant experience and training in surgical instrument maintenance, adhere to quality control standards, and ensure compliance with regulations to avoid employing individuals listed on exclusion lists. The contractor will establish a Quality Control Plan and must maintain a tobacco-free environment on the medical campus. Performance metrics will be assessed to ensure compliance with service standards. Overall, the document specifies a comprehensive framework for maintaining critical surgical equipment, emphasizing operational readiness and quality assurance in military medical environments.
The document outlines the requirements for a Federal Request for Proposals (RFP) issued by the Defense Health Agency (DHA) for Surgical Instrument Repair and Maintenance Services at several Naval Hospitals in Europe. The DHA intends to award a Firm Fixed Price contract based on the most advantageous quotation, considering price and other evaluation factors. Offerors must prepare their submissions in accordance with specified instructions, respond to inquiries in writing, and keep their price offers valid for 60 days. Quotations should include a technical narrative, relevant experience with past performance details, and pricing on a provided form. Each submission will be evaluated using three criteria: Technical Approach, Experience, and Price, with a focus on the vendor’s ability to fulfill the service requirements outlined in the Performance Work Statement (PWS). A trade-off analysis will help the Government determine the best value, rather than simply selecting the lowest price. The document serves as a guide for potential contractors to understand expectations and submission guidelines while emphasizing the evaluation process for contract awarding.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair and Maintenance of Government-Owned Surgical Instruments for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking qualified small businesses to provide repair and maintenance services for government-owned surgical instruments at Tripler Army Medical Center in Hawaii. The contract will encompass both on-site and off-site services and is structured as a firm fixed-price, non-personal services contract with a base period of one year, starting from October 1, 2025, and includes four additional one-year option periods. This procurement is vital for ensuring the operational readiness and safety of medical equipment used in military healthcare settings. Interested contractors must be registered in the System for Award Management (SAM) with the appropriate NAICS code (811210) prior to award, and they can reach out to Deborah Wada at deborah.n.wada.civ@health.mil or by phone at 808-433-9520 for further information.
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
Equipment Calibration and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting bids for Equipment Calibration and Maintenance services at the Naval Medical Center Portsmouth, Virginia. This procurement involves a non-personal services contract requiring the contractor to provide all necessary personnel, equipment, and supplies to perform maintenance on medical equipment over a five-year period, from May 2025 to May 2030, including preventive maintenance and corrective repairs while ensuring compliance with regulations such as HIPAA. The selected contractor must maintain equipment according to original manufacturer specifications and submit service reports, with a focus on quality maintenance and operational continuity in medical services. Interested vendors must submit their bids, including a quote and required documentation, by April 25, 2025, at 8:00 AM Eastern Standard Time, and can direct inquiries to Kimberly Bunn at kimberly.p.bunn.civ@health.mil.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.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 quotations for the procurement of radiological medical equipment parts at NMC Portsmouth and various Military Treatment Facilities (MTFs). The specific components required include brake levers, a powerbox, detector covers, sensor cables, and a color monitor, with vendors expected to provide competitive pricing that includes shipping costs. This procurement is crucial for maintaining the operational readiness and functionality of medical equipment used in defense health services. Interested vendors must submit their responses using the attached SF1449 format by April 23, 2025, at 5 PM, and can direct inquiries to Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil.
Brainlab Consultation Services-Curve Navigation
Buyer not available
The Department of Defense, through the Defense Health Agency, is soliciting quotes for Brainlab Consultation Services-Curve Navigation at the Naval Medical Center in San Diego, California. The contract aims to provide intraoperative neuro-navigation consultation services, including training and onsite guidance for the BrainLab Curve Navigation System, which is critical for enhancing surgical outcomes in cranial and spine surgeries. This opportunity underscores the importance of maintaining high-quality patient care and operational integrity within the military healthcare system, ensuring that advanced medical technologies are effectively utilized. Interested vendors must submit their quotes by April 24, 2025, and can contact Dwayne Casad at Dwayne.M.Casad.civ@health.mil or 210-868-4977 for further details.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.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.
Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain
Buyer not available
The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is soliciting proposals for the Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain. This contract aims to establish and support a comprehensive Equipment Maintenance and Repair program, covering operational, maintenance, and corrective services for various Civil Engineering Support Equipment (CESE) and related items at the facility. The contract is critical for ensuring the operational readiness of mission-critical equipment, with an estimated maximum value of $8 million over a five-year period, including a potential six-month extension. Proposals are due by April 27, 2025, and interested parties should direct inquiries to Desiree Garcia at desiree.e.garcia9.civ@us.navy.mil.
Sole Source Notice of Intent Sterilizer Service, Repair, and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Belimed, Inc. for the service, repair, and maintenance of three Belimed Sterilizers located at the Naval Medical Readiness Training Center (NMRTC) in Bremerton, Washington. The contract will encompass full service, including preventative maintenance, calibration, repair, and provision of parts and labor, ensuring that the sterilizers operate efficiently and comply with federal regulations. These sterilizers are critical for maintaining operational readiness in medical environments, and the contract is justified under FAR 13.106-1(b)(1)(i) due to the necessity of using certified technicians and proprietary parts only available from the original equipment manufacturer. Interested vendors may submit capability statements, but competitive bids are not solicited, and the closing date for challenges is specified. For further inquiries, contact Nickolas E. Romero at nickolas.e.romero.civ@health.mil.