Ventilator Calibration Maintenance Service Yokosuka, Japan
ID: HT941025N0039Type: Sources Sought
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 Defense Health Agency (DHA) is seeking to award a sole source contract for ventilator calibration maintenance services at the U.S. Naval Medical Treatment Facility in Yokosuka, Japan. The contract will cover the calibration of six ventilators, requiring services to be performed twice a year by trained personnel, with all associated labor and costs included. This service is critical for ensuring the operational readiness and safety of medical equipment used in healthcare settings. Interested parties may submit capability statements, limited to four pages, by February 14, 2025, although this notice does not invite competitive proposals. For further inquiries, contact Marcela Cervantes at marcela.cervantes.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity (DHACA) intends to award a sole source contract to Japan Computer Supplies Inc. for ventilator calibration services at the U.S. Naval Medical Treatment Facility (MTF) in Yokosuka, Japan. This non-personal services contract is slated to begin on April 1, 2025, covering a base year and four additional option years, with calibration required twice yearly for six ventilators. The contractor must provide trained personnel to perform the services on-site, inclusive of all labor and related costs. The service falls under North American Industry Classification System (NAICS) code 811210 for electronic and precision equipment repair, with a business size standard of $34 million. The DHACA deemed Japan Computer Supplies Inc. as the only capable provider based on market research. Interested parties may submit capability statements—limited to four pages—demonstrating their ability to meet the proposal requirements by the deadline of February 14, 2025. Nonetheless, this notice does not open the floor for competitive proposals and aims solely to communicate the Government's intent regarding this sole source procurement, following Federal Acquisition Regulation guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    EndoVault software Services
    Buyer not available
    The Defense Health Agency (DHA) intends to issue a sole-source contract to UTECH PRODUCTS INC for the EndoVault software services, specifically a service maintenance agreement (SMA) for the Endo Vault (EndoSoft ©) endoscopic documentation and IMPAX system at the Naval Medical Center San Diego. This contract, effective from March 1, 2025, to February 29, 2028, will provide essential maintenance and updates for a complex hardware/software system critical for endoscopic procedures across various hospital departments, including Pulmonology and Pediatrics. The SMA will encompass 24/7 technical support, regular software upgrades, and direct assistance to the IT department to ensure optimal functionality of the system. Interested parties must submit their capabilities in writing by February 24, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil.
    "Notice of Intent to Sole Source" Maintenance on SUN CHECK Linear Accelerators at NMCP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a presolicitation notice for a sole source contract for maintenance services on SUN CHECK Linear Accelerators at the Naval Medical Center Portsmouth in Virginia. The procurement aims to ensure the operational efficiency and reliability of these critical medical devices, which are essential for delivering radiation therapy in clinical settings. Interested parties should note that the contract falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a PSC code of J065 for medical equipment maintenance. For further inquiries, potential vendors can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil.
    25--VENTILATOR,AIR CIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking qualified vendors for the procurement of ventilators and air circulation equipment. This opportunity is categorized as a Total Small Business Set-Aside, aimed at enhancing the supply of vehicular equipment components, specifically under the NAICS code 336390. The goods are critical for maintaining operational readiness and ensuring the functionality of military vehicles. Interested parties should direct their inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation emphasizes the importance of timely responses from small businesses in the industry.
    MAINTENANCE OF RESCUE EQUIPMENT AND BREATHING APPARATUS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the maintenance of rescue equipment and breathing apparatus in Japan. The procurement aims to secure maintenance services for rescue power tools that support the CNRJ Fire & Emergency Services, including annual inspections and servicing of various rescue tools and compressors. This contract is crucial for ensuring the operational readiness and safety of emergency response equipment, with a firm, fixed-price contract anticipated and a completion deadline set for June 30, 2025. Interested vendors must submit their proposals by February 21, 2025, and can contact Ligaya Payne at ligaya.payne.civ@us.navy.mil for further information.
    W065--V23 HO2/Ventilator Service & Supplies Contract (VA-26-00000384)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Ventilator Service & Supplies Contract (Solicitation Number 36C26325Q0452) aimed at providing home ventilation and oxygen delivery services for veterans in the VISN 23 area, which includes North Dakota, South Dakota, Minnesota, Iowa, and Nebraska. The procurement intends to consolidate separate contracts into one, requiring vendors to demonstrate their capability to deliver both services or either one, along with relevant certifications and experience. This initiative is crucial for ensuring continuous and effective respiratory care for approximately 5,400 oxygen users and 93 ventilator users, emphasizing compliance with regulatory standards and the safety of high-risk veterans. Interested parties must submit their responses via email to the contracting officer, Curt LaRose, by February 28, 2025, at 10:00 AM Central Time, and are encouraged to review the complete Scope of Work attached to the notice.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the maintenance and repair of the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as HT940625Q0004, is a firm fixed-price agreement that will cover a performance period from April 1, 2025, to March 31, 2030, including a base year and four option years. This service is critical for ensuring the operational efficiency and compliance of medical equipment used in patient care, adhering to FDA regulations and maintaining high standards of quality control. Interested contractors must submit their proposals electronically by February 26, 2025, with a focus on technical competency and compliance with federal regulations; inquiries can be directed to Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    Medical Equipment Inspection, Repair, and Calibration Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide medical equipment inspection, repair, and calibration services in Hawaii. This procurement falls under NAICS Code 811210, which pertains to electronic and precision equipment repair and maintenance, and aims to ensure the operational readiness and reliability of medical, dental, and veterinary equipment. Interested firms must complete the Sources Sought Response Form, providing essential company information and affirming their registration in the System for Award Management (SAM), while also detailing their socio-economic status. For further inquiries, interested parties can contact Jonathan Weber at jonathan.weber.14@us.af.mil.
    MPAC Medium Pressure Air Compressor maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting maintenance services for the Medium Pressure Air Compressor (MPAC) system at the Shore Intermediate Maintenance Activity in Sasebo, Japan. This procurement is a sole source requirement, exclusively available to certified distributors and authorized service technicians from Sauer Compressors USA, emphasizing the need for specialized expertise in maintaining critical military equipment. The contract will be a firm, fixed-price agreement, with evaluations based on technical acceptability, past performance, and price competitiveness, ensuring compliance with safety and environmental regulations. Interested parties can contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, with the solicitation posted on January 23, 2025.