J065--Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services- Greater Los Angeles VA Healthcare System
ID: 36C26225Q0761Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Jennell ChristofaroContract Specialist
    jennell.christofaro@va.gov
    Files
    Title
    Posted
    The solicitation by the Department of Veterans Affairs is for Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services at the Greater Los Angeles VA Healthcare System. The RFQ, designated solicitation number 36C26225Q0761, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is governed by the Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR). The contractor must provide comprehensive maintenance services, including unlimited technical support, on-site response within 48 hours for unresolved issues, preventive maintenance, and software updates at no additional cost. The contractor is responsible for all costs associated with service, including necessary parts that meet manufacturer specifications. The contract term is a base year with four optional extensions, starting from June 25, 2025. Quotes will be evaluated for cost, technical experience, past performance, and service capabilities. Each response must be submitted by May 5, 2025, and any inquiries must be received by April 28, 2025. This procurement underlines the federal government's emphasis on veteran-owned businesses while ensuring high-quality service for critical medical equipment in VA facilities.
    The document outlines the "Instructions to Offerors – Commercial Products and Commercial Services" as part of a federal solicitation, detailing requirements for submission of quotes related to a specific procurement by the Veterans Administration Greater Los Angeles VA Healthcare System. It highlights that the procurement is 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes the importance of compliance with various FAR provisions. Key elements include NAICS codes, required documentation such as technical descriptions and warranties, pricing formats, unique entity identifiers (UEI), and submission deadlines. Additionally, the addendum specifies that all inquiries related to the solicitation must be submitted by a certain date, with final submissions due by May 5, 2025. Offerors are encouraged to provide multiple quotes and must ensure punctual submission to avoid exclusion from consideration. This document serves to guide potential contractors in adhering to federal acquisition regulations while facilitating transparent bidding within the government contracting framework.
    The document outlines the evaluation process for government quotations in response to Requests for Proposals (RFPs) for commercial products and services. The government will award a purchase order to the most advantageous quotation, taking into account both price and other evaluation factors. The evaluation criteria include technical experience, past performance, and price, with a comparative evaluation approach as specified in FAR 13.106-2. Past performance will be assessed based on past experiences, customer surveys, and resources like the Contractor Performance Assessment Reporting System (CPARS). Prices will be evaluated by totaling all line-item prices, including options, to derive a Total Evaluated Price. The evaluation will include potential options under FAR 52.217-8, factoring in an additional six months for the last performance period. Bidders must price the base and option periods specified in the contract while the government holds the discretion to exercise the options at current rates. Ultimately, this framework aims to ensure that the government selects quotations that offer optimal value while adhering to procurement standards.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) outlines the eligibility and operational requirements for businesses seeking government contracts set aside for SDVOSBs. Key definitions clarify that an SDVOSB must be at least 51% owned and controlled by one or more service-disabled veterans. Businesses must be certified and listed in the SBA certification database to qualify for contracts. The document stipulates conditions for contract awards, emphasizing compliance with limitations on subcontracting where SDVOSBs cannot pay more than specific percentages to non-certified entities. Various classifications, such as contracts for services, supplies, and construction, have distinct requirements concerning percentage limits. Additionally, it highlights the importance of maintaining accurate representation of SDVOSB status, with penalties for misrepresentation. The guidance ensures that federal contracting opportunities prioritize service-disabled veterans, encouraging their participation in the marketplace while adhering to regulatory compliance and performance standards.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," which establishes contractual requirements for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify that if awarded a contract, they will comply with limitations on subcontracting, prohibiting them from paying more than 50% for services, 85% for general construction, and 75% for special trade construction to firms that are not certified SDVOSBs or VOSBs. The document emphasizes the importance of good faith efforts in compliance, specifying penalties for non-compliance, including potential referral for suspension, debarment, or prosecution. It also mandates that offerors provide the necessary documentation to verify compliance with these subcontracting limitations, with failure to do so resulting in ineligibility for contract award. Overall, the document reinforces the commitment to ensure that veteran-owned businesses benefit from federal contracts while maintaining compliance with statutory requirements.
    The document outlines the inventory of Shimadzu High-Performance Liquid Chromatography (HPLC) and Gas Chromatography (GC) systems used for quality control in a federal facility. It provides detailed specifications for each system, including make, model, serial number, and specific locations across various buildings. The inventory includes multiple HPLC setups featuring components like pumps, controllers, UV detectors, and degassers, all organized by designated locations such as hood workstations and laboratory benches. Additionally, it lists GC systems, including their autosamplers. The document also notes associated software versions utilized for these systems, reflecting the laboratory's operational requirements. This inventory serves as a crucial reference for maintenance, compliance, and potential upgrades, reinforcing the facility’s commitment to quality control standards and laboratory effectiveness in alignment with federal regulations.
    Similar Opportunities
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    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.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    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.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.