CENTURION REVERSE OSMOSIS DEVICE MAINTENANCE SERVICE
ID: HT941024Q2082Type: Combined Synopsis/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 seeking qualified contractors to provide maintenance services for three Centurion Reverse Osmosis (RO) Devices located at the Naval Medical Center in San Diego, California. The procurement aims to ensure preventive and as-needed maintenance, along with AAMI standard water testing, to maintain the operational efficiency of these devices, which are critical for supplying purified water for hemodialysis procedures. The selected contractor will be responsible for all labor, parts, and equipment necessary for maintenance and repair, adhering to environmental, safety, and health requirements throughout the contract period. Interested parties must submit their quotes electronically by September 18, 2024, and can contact Lynn Sleeth at lynn.m.sleeth.civ@health.mil or 210-868-4976 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency has released a Performance Work Statement (PWS) for a contract regarding the preventive maintenance of Centurion Reverse Osmosis (RO) Devices at the Naval Medical Center San Diego. The contractor is responsible for providing all necessary personnel, materials, and services to maintain, repair, and ensure operational efficiency of specified RO machines, which supply purified water for hemodialysis. Key requirements include employing qualified technicians, adhering to manufacturer guidelines, and responding promptly to maintenance requests. The scope encompasses both preventive and corrective maintenance, annual AAMI water testing, and compliance with quality assurance standards. The contract lasts one year from the date of award and requires extensive coordination with government personnel for documentation and access to facilities. Overall, this initiative reflects the government’s commitment to maintaining high standards in medical equipment management to ensure patient safety and effective healthcare delivery.
    The Past Performance Questionnaire (PPQ) is a critical tool utilized by the Defense Health Agency (DHA) Western Markets Contracting Division to evaluate potential offerors for government contracts. It solicits feedback from evaluators regarding the past performance of a specified contractor. The document outlines sections for offeror and project information, as well as detailed criteria for evaluators to assess the offeror’s performance. Evaluators are asked to rate the contractor on various aspects, including relationship with clients, management of subcontractors, employee retention, overall corporate integrity, quality of work, cost control, compliance with labor and safety standards, and the ability to meet performance schedules. The evaluation uses a standardized rating scale ranging from “Exceptional” to “Unacceptable,” and provides space for additional comments, particularly for marginal or unacceptable ratings. The PPQ encourages prompt submissions and allows evaluators to either return completed questionnaires to the offeror or directly to the DHA. It also emphasizes the government's right to verify any information provided. Overall, the PPQ serves as an essential assessment mechanism to ensure that contracting decisions are based on reliable past performance information, supporting the efficiency and integrity of the contracting process within federal procurement.
    The document outlines a price sheet related to a Request for Proposal (RFP) for maintenance services of Centurion Reverse Osmosis Devices for the contract period of September 1, 2024, to August 31, 2025. It specifies a single line item (CLIN) for preventive and on-demand maintenance of specific AmeriWater products, detailing their quantities and serial numbers. The price sheet includes sections for unit price and total cost, although these financial figures are not provided in the excerpt. This document serves as a foundational element for government procurement processes, indicating the service requirements for critical water treatment systems. It emphasizes the necessity for ongoing maintenance to ensure effective and reliable performance of the equipment, highlighting the government's commitment to operational efficiency and compliance in public health systems.
    The document outlines RFQ No. HT941024Q2082 issued by the Defense Health Agency to procure maintenance services for three Centurion Reverse Osmosis (RO) Devices critical for hemodialysis procedures. It specifies the need for preventive maintenance in compliance with manufacturer recommendations and includes a detailed scope of work along with the required quarterly maintenance schedule. The solicitation is unrestricted, inviting full competition, and emphasizes compliance with various federal acquisition procedures. Quoters must demonstrate technical capability and past performance in similar services, with evaluation criteria prioritizing past performance over price. All quotes must meet specified requirements, submitted electronically by the deadline of September 15, 2024. Additionally, the document incorporates numerous provisions and clauses relevant to federal contracting, emphasizing compliance with safety and health requirements, as well as prohibitions related to telecommunications equipment. This RFQ highlights the government's commitment to maintaining operational efficacy in critical healthcare services while ensuring compliance with federal procurement standards and practices.
    The document outlines RFQ No. HT941024Q2082, issued by the Defense Health Agency for the maintenance and repair of three Centurion Reverse Osmosis Devices critical for hemodialysis procedures. The RFQ, which is a combined synopsis/solicitation, invites quotes for scheduled preventive maintenance and environmental compliance from qualified contractors. The main tasks include maintaining the devices according to the manufacturer's recommendations and ensuring all safety and health requirements are met. The contractor must register in the System for Award Management (SAM) and adhere to specified FAR provisions. The evaluation criteria will focus on technical capability, past performance, and price, with priority given to past performance over price. Quotes must be submitted electronically by September 18, 2024. Compliance with security clearance measures for installation access, and a complete response to all requirements listed in the solicitation are essential for consideration. Overall, this RFQ represents a federal effort to ensure the operational integrity of essential medical equipment within the military healthcare system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    J045--HYDRO-JETTING & CABLING SERVICES SB SET-ASIDE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Hydro-Jetting and Cabling Services at the Jennifer Moreno VA Medical Center in San Diego, CA. This procurement aims to secure non-personal services for sewer line hydro-jetting and cabling of waste lines, ensuring operational efficiency and compliance within the facility. The contract, valued at approximately $9 million, will be structured into a base year and four option years, with a total small business set-aside to promote participation from small enterprises. Interested vendors must submit written quotations by September 23, 2024, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 18, 2024.
    49--DISPENSER,WATER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 36 units of a water dispenser (NSN 4920011510741). This solicitation is part of a total small business set-aside and aims to fulfill the needs of military operations, where reliable water dispensing equipment is crucial for various applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the delivery is expected at DLA Distribution San Diego within 169 days after order. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    Lab Whole Genome Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide whole genome sequencing testing services for the Naval Medical Center San Diego. The procurement involves a non-personal services contract that spans a base year from October 1, 2024, to September 30, 2025, with four optional renewal years, focusing on delivering high-quality genomic testing while ensuring compliance with industry standards such as HIPAA and CAP accreditation. This initiative is crucial for enhancing health services for military personnel, leveraging advanced genomic testing capabilities to improve diagnosis and treatment. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Jojie Urrete at jojie.n.urrete.civ@health.mil.
    H146--Amend 0001 - Q&A, revised Price/Cost Schedule | CTX Water Quality Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for water quality monitoring services across multiple locations within the Central Texas Veterans Health Care System, including Waco, Austin, and Temple. The contractor will be responsible for conducting water sample collection and analysis for various parameters, including bacteria and Legionella, while ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, spans one base year with four optional renewal years, emphasizing the importance of maintaining water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, at 12 PM Central Time, and can direct inquiries to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.