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-- 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.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of 60 units of sterile processing service (SPS) case carts, aimed at enhancing preventative and corrective maintenance within its facilities. The Request for Proposal (RFP) emphasizes the importance of compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and mandates adherence to information security protocols and financial transparency. These case carts are critical for maintaining operational standards in healthcare settings, ensuring the effective processing of medical equipment. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919, with proposals due by the specified deadlines, as the contract period spans from May 1, 2025, to September 30, 2029, with options for extension.
    J059--PM&R SVC for 30 Kilo-Volt Ampere Uninterrupted Power Supply
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Preventive Maintenance services for a 30 Kilo-Volt Ampere Uninterruptible Power Supply (UPS) system, as outlined in solicitation number 36C26225Q0465. This procurement aims to ensure the operational efficiency and reliability of critical power systems that support the VA's mission, with a total award amount of $19 million over a contract period from March 16, 2025, to March 15, 2030, including options for extensions. The contract is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested vendors must submit their proposals by February 26, 2025, and can contact Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV for further details.
    J066--Service plan for BioRad Chemi-Doc Imager
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual service plan for the BioRad Chemi-Doc Imager at the Boise VA Medical Center. This procurement includes a comprehensive service plan covering unlimited repairs, travel, parts, and labor, ensuring the equipment remains functional and compliant with manufacturer warranties over a five-year period, consisting of one base year and four option years. The contract, with an estimated total award amount of $34 million, underscores the VA's commitment to maintaining essential research equipment while adhering to federal procurement regulations. Interested offerors must submit their proposals, including a completed SF-1449 form and pricing schedule, to Contract Specialist Tracy M Heath at tracy.heath@va.gov, with services expected to commence on March 12, 2025, and conclude on March 11, 2030.
    J066--New Requirement - Base 4 Hemo Xper Software Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the maintenance and support of the Hemo Xper Software at the Oklahoma City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a base year plus four option years, with a requirement to maintain a minimum of 95% equipment uptime. The selected contractor will be responsible for preventive maintenance, emergency support, and ensuring compliance with Original Equipment Manufacturer (OEM) standards, which is crucial for the effective operation of cardiology-related systems. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Shanta Harrison at Shanta.Harrison@va.gov or (303) 712-5719.