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
    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 contract requires the contractor to provide comprehensive on-site services, including inspection, cleaning, repair, and replacement of surgical instruments, ensuring compliance with strict quality standards and mission readiness. This procurement is critical for maintaining operational efficiency in military healthcare settings, emphasizing the importance of reliable service delivery. Interested parties must submit their quotes by May 23, 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
    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.
    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 Performance Work Statement outlines the requirements for on-site repair and maintenance services of surgical, dental, and specialty instruments at various U.S. Naval Hospitals across Europe and Bahrain. This non-personal service contract mandates the contractor to provide labor, materials, and transportation to inspect, clean, repair, and replace instruments, ensuring mission readiness through timely availability. The contractor must perform annual services on identified instrument trays and packs, adhering to strict quality standards. Key tasks include sharpening and repairing various surgical tools, conducting inspections, and providing additional services like laparoscopic insulation testing. Contractors must hold relevant training and experience, maintain professionalism, and comply with regulations prohibiting use of excluded individuals per federal health care programs. The document emphasizes quality control through a Quality Assurance Surveillance Plan to guarantee that services meet specifications. Furthermore, it establishes a tobacco-free policy in all medical campus areas to promote health. In essence, this contract highlights the critical role of instrument maintenance in supporting military medical operational readiness while maintaining compliance with health and safety standards. The successful proposal will be evaluated based on adherence to specified quality levels, underscoring the importance of reliable service delivery in military healthcare settings.
    The document contains responses to inquiries regarding Solicitation # HT0014-25-R-0021, which pertains to a new contract for on-site services at various military medical facilities. Key points include that there is no current contractor performing this work, and local nationals may be utilized if they satisfy training and security requirements. The contractor must include the cost of instrument replacements in the base price and provide all necessary equipment for the services. Specific training certifications are required for personnel, though OEM training from recognized providers is acceptable. The government does not have service records for past operations as this is a new requirement, and they will assist with base access but will not provide a Common Access Card for contractors. Overall, the document outlines the expectations and responsibilities under the contract, stressing the importance of compliance with specified standards and operating procedures in this context of federal procurement.
    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
    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.
    Sterilizer maintenance services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the USAHCA – Medical Readiness Contracting Office Europe, is seeking qualified contractors to provide sterilizer maintenance services at the Landstuhl Regional Medical Center in Germany. The procurement involves non-personal services for the maintenance and operational readiness of sterilizer equipment, including preventive maintenance, emergency repairs, and adherence to manufacturer specifications. This service is critical for ensuring the functionality and calibration of medical equipment essential for patient care. Interested parties must submit their capability statements and relevant documentation to the primary contact, Bouaphet Phanvongsa, at bouaphet.phanvongsa2.civ@health.mil, by the specified deadline, with the anticipated contract period spanning 60 months, including a base year and four option years.
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Getinge Steam Sterilizer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the remodel of treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires contractors to provide architectural, structural, and electrical engineering designs, along with specific modifications and approvals, while adhering to infection control standards and utility policies during construction. This procurement is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational standards. Proposals are due by 10:00 AM PST on December 15, 2025, and interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    Request for Information (RFI) - Equipment Maintenance Database
    Dept Of Defense
    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.