CSU MEDRAD Injector Preventative Maintenance Service
ID: 75H70926BAO-007-RFQType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide preventative maintenance services for MEDRAD Injector equipment at the Crow Service Unit in Crow Agency, Montana. The procurement involves performing annual maintenance checks, including calibration, operational inspections, software and hardware updates, and part replacements, to ensure the proper functioning of these critical devices used for CT scans. This contract is a 100% Small Business Set Aside, with a base period from December 1, 2025, to November 30, 2026, and two optional years, with quotes due by November 21, 2025, at 12:00 pm MST. Interested parties must be registered in the System for Award Management (SAM) and authorized distributors of Bayer Healthcare Injectors, with the contract awarded based on the best value to the government.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for preventive maintenance services on Bayer/MEDRAD Power Injector units at the Crow/Northern Cheyenne Indian Health Service Radiology Department. The purpose is to ensure the proper functioning of these injectors, which are critical for CT scans. The contractor will perform annual physical preventative maintenance checks, including calibration, operational inspections, software/hardware updates, part replacements, and full inspections of the head mounting system. A service report must be provided to the Program Manager, James Reed, within two weeks of each check. The period of performance is from November 1, 2025, to October 31, 2026. The contractor may be screened for COVID-19 prior to entry.
    This Statement of Work (SOW) outlines a requirement for preventive maintenance services on Bayer/MEDRAD Power Injector units at the Crow/Northern Cheyenne Indian Health Service Radiology Department. The purpose is to ensure the proper functioning of these critical devices used for CT scans. The contractor will perform services three times a year, including calibration, operational inspections, software and hardware updates, proactive part replacement, and functional checks of the head mounting system. A service report must be provided to the Program Manager within two weeks of each maintenance check. The period of performance is from December 1, 2025, to November 30, 2028. The contractor may be subject to COVID-19 screening prior to entry.
    This document is a Request for Quotation (RFQ # 75H70926BAO-007-RFQ) for the preventative maintenance (PM) of Medrad Stellant D CT Injection Systems and Medrad Portegra2 Overhead Counterpoise Systems. It outlines a base year and two option years, each requiring 12 units of service for both equipment types. The RFQ is structured as a fill-in form, where the contractor provides unit prices, and the total prices are auto-calculated, currently showing zero for all line items and the total contract value. The document specifies the serial numbers for the equipment to be serviced, indicating a specific scope of work for these medical devices.
    The Billings Area Indian Health Services (IHS) has issued Solicitation No. 75H70926BAO-007-RFQ for MEDRAD Injector Equipment Preventative Maintenance Services for the Crow Service Unit in Crow Agency, Montana. This Request for Quotation (RFQ) is a 100% Small Business Set Aside under NAICS 811219 with a $34.0 million size standard. The Government intends to award a single Firm Fixed Price contract for a base year (December 1, 2025, to November 30, 2026) and two option years. Offers will be evaluated based on price and other factors, seeking the "Best Value to the Government." Contractors must be registered and active in SAM.gov and be authorized Bayer Healthcare Injectors distributors/service providers. Quotes are due by November 21, 2025, at 12:00 pm MST via email. Invoices will be submitted electronically via the Treasury's IPP system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract, which is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, includes a base year plus four option years, requiring all-inclusive unit pricing for approximately 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is vital for ensuring quality radiological services within the healthcare center, and proposals are due by December 15, 2025, at 5:00 PM CST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Interested contractors should direct inquiries to William Kohl at william.kohl@ihs.gov or call 605-742-3686, and must submit questions by December 1, 2025.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    Mobil MRI Services Extended at Cheyenne River Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to modify and extend the current contract for Mobil MRI Services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This extension is intended to cover an additional month of service, ensuring continued access to essential radiology services for the local community. The provision of these medical services is critical for the health and well-being of the population served by the health center. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding this opportunity.
    BFSU Utility - Water and Sewer Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Notice of Intent to Restrict Competition – NAIHS Gallup Indian Medical Center – Automated Dispensing Cabinet System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to restrict competition for the procurement of automated dispensing cabinet systems and services at the Gallup Indian Medical Center in New Mexico. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems and a seamless integration with existing infrastructure is essential to meet Joint Commission requirements. This procurement is critical for maintaining operational efficiency and compliance within the medical center, with the base period of performance set for January 1, 2026, to December 31, 2026, and an option period extending through December 31, 2027. Interested vendors may submit capability statements to Rodney Brown at Rodney.Brown@ihs.gov by 10:00 AM (MST) on December 8, 2025, although this notice does not constitute a request for quotations.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Small Business Set-Aside, with a performance period of 12 months from the date of award, and quotes are due by December 11, 2025, at 12:00 PM CDT. Interested vendors must submit their proposals to Misti Bussell via email at misti.bussell@ihs.gov and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.