J065--RME Preventative Maint Program (VA-25-00026551)
ID: 36C26325Q0456Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.

    Point(s) of Contact
    James MillerContract Specialist
    (319) 338-0581
    james.miller4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Combined Synopsis/Solicitation for Surgical Instrument Maintenance Services to support the Nebraska-Western Iowa and Iowa City VA Health Care Systems. The solicitation is identified as number 36C26325Q0456, with responses due by March 4, 2025, at 10:00 AM Central Time. The anticipated contract is a Firm-Fixed Price agreement covering all necessary labor and resources for surgical instrument repair at designated VA facilities in Omaha, Grand Island, and Iowa City, with a base performance period from March 8, 2025, to March 7, 2026, and up to four optional yearly extensions. Interested bidders must be registered in the System for Award Management (SAM) and must submit their quotes via email to the designated contract specialist, James Miller. The document specifies relevant FAR provisions and clauses applicable to this procurement. Additionally, the acquisition is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) and does not involve Recovery Act funds. Supporting documents include wage determinations for the applicable locations to ensure compliance with labor laws. This solicitation represents the VA's effort to maintain high standards for surgical instrument services across its health care systems.
    The document outlines a Request for Quote (RFQ) issued by the Department of Veterans Affairs for surgical instrument repair services at various healthcare facilities in Nebraska and Iowa. The contract is set for a base period from March 1, 2025, to February 28, 2026, with four optional renewal years, and has a total award amount of $34 million. The contractor is responsible for on-site preventative maintenance, inspection, repair, and refurbishment of reusable medical equipment in compliance with multiple healthcare standards. Services include scheduled visits for instrument evaluations, repairs, and proper documentation of all procedures. Additionally, the contractor must use a mobile unit for repairs, maintain quality assurance protocols, and provide training and information sessions to hospital staff. Invoicing must be submitted electronically, and compliance with Federal, State, and local regulations is mandatory. Overall, the purpose of this RFQ is to secure reliable surgical instrument maintenance services to ensure optimal performance and safety for veteran patients.
    The document appears to contain fragmented and unintelligible information, largely consisting of corrupted or nonsensical text. However, when analyzing its structure and possible intent within the context of federal and local RFPs, it seems to relate to proposals or requests focused on environmental assessments and hazardous material management. The key ideas likely could include the identification of hazardous materials, compliance with safety regulations, and planning for remediation efforts essential to pre-construction activities. Such assessments are typically crucial for ensuring the safety of construction and environmental standards in government-funded projects. The purpose of this document, although difficult to ascertain due to its damaged state, seems aligned with the federal emphasis on environmental safety and compliance procedures that promote public health and regulatory adherence.
    The document appears to contain various fragmented sections, potential placeholders, or corrupted text that makes it challenging to extract coherent information. However, the main purpose centers on government Request for Proposals (RFPs) and grants at federal, state, and local levels. Key areas likely to be addressed include criteria for submitting proposals, funding opportunities, and guidelines for compliance with administrative protocols. Details may encompass expectations for project deliverables, budgetary constraints, and performance measures essential for developers and contractors participating in federally funded initiatives. Despite the disjointed nature, the document hints at the importance of clarity in communication during the proposal process and highlights integrated approaches to government funding aiming to enhance local infrastructure or address specific community needs. This reflects a broader governmental commitment to transparency and support for public initiatives that align with state and local goals for economic development and service delivery.
    The document appears to be a corrupted file related to various government RFPs (Requests for Proposals) and grants at federal, state, and local levels, suggesting potential engagements for contractors and service providers. Due to its damaged state, it lacks clear structured information and comprehensive details. However, it seems to contain references to various projects, funding opportunities, and potentially outlines the types of services required by different governmental entities. The main purpose seems to be to solicit proposals and support bids for projects needing execution within particular jurisdictions and by adherence to governmental regulations. Key elements might typically include project specifications, timelines, budget considerations, and necessary compliance protocols for awarded contracts. This document emphasizes the essential nature of thorough documentation and careful proposal submissions in capturing government contracts, thus facilitating public-private partnerships in various sectors. Despite the file's corrupted content, the overarching themes revolve around fostering competitive bidding processes and ensuring transparency in public procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--B. Braun Dialog Hemodialysis Preventative, and Corrective Maintenance Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for preventative and corrective maintenance services for B. Braun Dialog Plus Hemodialysis equipment at the Greater Los Angeles VA Healthcare System. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a one-year base period with four additional option years, focusing on comprehensive maintenance services such as inspections, repairs, and parts replacement. The initiative is crucial for ensuring the operational efficiency and quality care of medical equipment used in the healthcare facilities serving Veterans. Interested parties should contact Loan Dho at loan.dho@va.gov, with a total award amount of $34 million available for this contract.
    J065--Steris PM Chamber Cleaning Services
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Steris PM Chamber Cleaning Services through a sole source contract, aimed at maintaining the operational integrity of sterilization equipment used in healthcare facilities for veterans. The contract will cover the cleaning of seven Amsco 400 Series sterilizers six times a year, ensuring compliance with OEM standards and federal regulations, with a base period of 12 months starting from May 1, 2025, and options for four additional years. This procurement is critical for ensuring the cleanliness and safety of medical equipment, thereby supporting the quality of care provided to veterans. Interested contractors must submit capability statements by February 26, 2025, and can direct inquiries to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for full preventive maintenance (PM) services for hospital beds and stretchers at the New Jersey Healthcare System, with a contract duration from March 15, 2025, to March 14, 2026, and the option for four additional one-year extensions. Contractors are required to provide qualified Field Service Engineers (FSEs) who can ensure operational readiness through maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, with an emphasis on compliance with updated technician qualifications that allow for "trained and qualified" personnel rather than strictly OEM-certified technicians. This contract is crucial for maintaining high standards of patient care by ensuring the reliability of essential medical equipment, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by March 7, 2025, at 10:00 AM ET, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.
    J065--Neptune 3 Rover 2PM Prevent ProCare +SEM
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a firm-fixed price contract for Neptune 3 Rover 2PM Prevent ProCare +SEM services under solicitation number 36C25925Q0212. The procurement involves maintenance and service for the Neptune Rover equipment, including preventive maintenance, routine inspections, and software updates, with a contract term of one year and four optional years. This initiative is crucial for ensuring the reliability and safety of medical equipment used in healthcare settings, thereby supporting the overall mission of the VA. Interested vendors must submit their quotations via email by 4:00 PM MST on February 20, 2025, and direct any questions to Contracting Officer Thaddeus Gray at thaddeus.gray@va.gov or by phone at 303-712-5739.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for quarterly preventative and corrective maintenance services for 60 Sterile Processing Service (SPS) case carts at the San Diego VA Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, reflecting the government's commitment to supporting veteran-owned enterprises while ensuring the operational readiness of essential medical equipment. Interested parties must submit their proposals by February 20, 2025, at 3:00 PM Mountain Time, and can reach out to Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919 for further information.
    J065--FY25 - Government-Owned BPA for Endoscope PM/Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide full-service maintenance and repair services for government-owned endoscope and ancillary equipment at the VA New Jersey Healthcare System, effective July 2025. This opportunity, identified under solicitation number 36C24225Q0364, aims to gather market research data through a Sources Sought Notice, encouraging interested contractors, particularly those in socio-economic categories such as service-disabled veteran-owned or women-owned small businesses, to submit capability statements. The services required include maintenance, repairs, parts replacement, and technical support, with strict guidelines on response times, parts quality, and thorough documentation of services performed. Interested parties can contact Contract Specialist Tiffany Vazquez-Simon at tiffany.vazquez-simon@va.gov or by phone at 914-737-4400 for further information.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for maintenance and repair services for the Copan Diagnostics WASP system at the St. Louis VA Medical Center. The procurement involves a firm-fixed-price service agreement valued at $34 million, covering a five-year period from May 1, 2025, to April 30, 2030, with options for annual renewals. This contract is critical for ensuring the reliability of medical equipment, which is essential for patient care, and all maintenance must comply with manufacturer specifications and VA standards. Interested contractors must submit bids by March 5, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov by February 24, 2025.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the supply of custom sterile surgical procedure packs for an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) across multiple Veterans Integrated Service Networks (VISNs). The contractor will be responsible for providing all necessary labor, materials, sterilization, transportation, and quality assurance to ensure compliance with federal, state, and local regulations while delivering these essential medical supplies. This procurement is critical for maintaining operational readiness and enhancing healthcare delivery for veterans, with a contract anticipated to be awarded as a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract over a five-year period, with a minimum guarantee of $175,000 and a maximum ceiling of $98.5 million. Interested offerors must register in the System for Award Management (SAM.gov) and submit their proposals by the specified deadline, with further details available on the SAM website.