J065--Conmed Airseal IFS Insufflators Preventative Maintenance Inspection and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0581Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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 from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative and corrective maintenance services for Conmed Airseal IFS Insufflators at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and travel expenses to ensure the equipment is maintained according to manufacturer specifications and regulatory standards, including biennial preventive maintenance inspections and annual calibration verifications. This maintenance is critical for ensuring the operational functionality and safety of medical equipment used in veteran healthcare services. Interested parties must submit their quotations by March 25, 2025, with questions due by March 18, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov.

    Point(s) of Contact
    Loan DhoContract Specialist
    loan.dho@va.gov
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation from the Department of Veterans Affairs (VA) for preventative and corrective maintenance services for Conmed Airseal IFS Insufflators at the Greater Los Angeles VA Healthcare System. It aims to solicit bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to perform maintenance, ensuring compliance with manufacturer specifications and Joint Commission standards. The service period includes a base year and four option years, with specific tasks outlined for preventative maintenance and corrective actions, including calibration and safety tests. The contractor must provide loaner equipment during maintenance and submit detailed service reports. Work will be conducted during regular business hours, following VA security and safety protocols. The contract is expected to begin on April 15, 2025, with bids due by March 25, 2025. The solicitation emphasizes the importance of proper qualifications and adherence to federal and state regulations, seeking the most advantageous quote based on price, technical capability, and past performance.
    The document details the scope of work for a contractor responsible for providing preventive and corrective maintenance for Conmed Airseal Insufflators at the VA Greater Los Angeles Healthcare System. The contractor will manage all labor, materials, and travel expenses to ensure the equipment is maintained according to manufacturer specifications and regulatory standards, including those set by the Joint Commission. Preventive maintenance inspections (PMI) shall occur biennially, while annual calibration verifications will include specific tests to ensure operational functionality. Following any repairs, a loaner unit will be provided, and a Field Service Report (FSR) summarizing the service rendered must be submitted to the point of contact (POC) within seven days. All maintenance work must align with safety standards and guidelines, and contractor personnel will be required to undergo background checks and adhere to strict security and safety protocols while on VA premises. Insurance coverage, invoicing details, and general requirements for contractor performance are also outlined, ensuring both parties' obligations are clearly defined. The document serves as a formal Request for Proposal (RFP) aimed at maintaining essential medical equipment compliance within government healthcare facilities.
    The document outlines the instructions to offerors for a government solicitation under FAR 52.212-1 pertaining to commercial products and services, specifically targeting veterans' healthcare needs. It emphasizes the submission requirements for quotes, including NAICS codes, small business size standards, and the inclusion of a unique entity identifier. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), hence only verified SDVOSBs on SAM.gov will be considered. Quotes must be submitted by March 24, 2025, with essential elements such as pricing, technical descriptions, and adequate acknowledgment of solicitation amendments detailed in the instructions. The government retains the right to accept or reject any quote in the public's best interest, and proposal submissions must adhere to tight deadlines, soliciting any questions up until March 18, 2025. This process highlights the government's commitment to engaging small businesses, particularly veteran-owned firms, while ensuring compliance with procurement regulations and enhancing service delivery in healthcare.
    This document outlines the evaluation criteria for quotations in response to federal solicitations for commercial products and services. The government intends to award a purchase order to the most responsible quoter whose submission offers the greatest advantage, considering price and additional factors. Evaluations will focus on three primary criteria: technical capability, past performance, and price. Past performance will be assessed through various sources, including customer feedback and performance assessment databases. Quotation prices will be evaluated by totaling line item prices, including all options, and adding potential additional costs for extended services as per the contract stipulations. It is important to note that while evaluations may allow for selections beyond the lowest price offered, all responses must meet minimum requirements set forth in the solicitation. The structure ensures transparency and fairness in the procurement process, aligning with government standards for accountability and performance assessment.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) outlines the eligibility criteria and regulations for government contracts specifically designated for SDVOSBs. To qualify, a business must be at least 51% owned and controlled by service-disabled veterans, certified in the SBA database, and comply with federal small business size standards. The document details the limitations on subcontracting, ensuring that SDVOSBs perform a specified percentage of the contract work themselves, thereby promoting veteran entrepreneurship. Compliance with these limitations is mandatory and evaluated at the end of contract performance periods. Additionally, misrepresentation of SDVOSB status can lead to severe penalties, including debarment from future contracts. This regulation is crucial in supporting veteran-owned businesses within government contracting, aligning with broader goals of integrating service-disabled veterans into the economic fabric. The clause emphasizes the importance of certifications and adherence to established guidelines to ensure proper contract awards and execution.
    This document outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance for services and construction, as per 38 U.S.C. 8127(l)(2). It certifies that the offeror will adhere to subcontracting limitations based on the type of contract awarded. For services contracts, the contractor must ensure that no more than 50% of government payments are directed to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts limit this to 85%, while special trade construction allows 75%. It also emphasizes the legal implications of false certifications, including penalties under Title 18, U.S. Code, Section 1001. The VA reserves the right to audit compliance, requiring contractors to provide relevant documentation, with potential consequences for non-compliance, including debarment or prosecution. The formal certification must be signed and included with the bid submission, as offers without it will be disqualified. The document serves to enforce compliance with subcontracting limitations and promote fair opportunities for veteran-owned businesses in federal contracts.
    Similar Opportunities
    Dental Air System Testing & Maint.
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the maintenance and testing of medical gas systems, including dental air systems, across various facilities in the Greater Los Angeles Healthcare System. The procurement aims to establish a contract for a base year with four optional renewal years, focusing on the inspection, certification, and repair of essential medical gas systems to ensure compliance with NFPA 99 guidelines and uphold patient safety. Interested contractors must possess ASSE 6040 certification for technicians and be capable of providing emergency on-call services, with proposals due by 10:00 AM PST on March 13, 2025. For further inquiries, interested parties can contact Marco Ramos at MarcoRamos1@va.gov or by phone at 562-766-2329.
    J065--SPS Sterilizer Maintenance and Repair for Aleda E. Lutz VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Sterilizer Maintenance and Repair services for the Aleda E. Lutz VA Medical Center located in Saginaw, MI. The contract, which will commence on March 23, 2025, and extend through March 22, 2026, with four potential option years, requires the contractor to provide all necessary manpower, parts, and maintenance for sterilizer equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards and timely onsite responses for repairs. This procurement is crucial for maintaining the operational integrity of medical equipment, which is essential for patient care in the facility. Interested parties, particularly small businesses and service-disabled veteran-owned small businesses, should reach out to Lisa Bailey, the Branch Manager, at lisa.bailey12@va.gov for further details and to ensure compliance with the Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) requirements.
    J065--GE PCS MACVU360 Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a service contract focused on preventative maintenance for the GE PCS MACVU360 at the Fayetteville VA Medical Center. The contract aims to ensure timely service responses, emergency repairs, and minimal equipment downtime, with an initial period running from March 15, 2025, to March 14, 2026, and options for extension. This maintenance is crucial for maintaining the operational integrity of medical equipment used in veteran healthcare services. Interested contractors must register in the System for Award Management (SAM) and comply with federal regulations regarding data security and privacy. The deadline for submitting offers has been extended to March 12, 2025, at 12:00 PM EDT, and inquiries can be directed to Contract Specialist Jonathan C. Lamb at Jonathan.Lamb@va.gov.
    6515--ConMed iFS1 AirSeal Insufflation System
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the procurement of the ConMed iFS1 AirSeal Insufflation System, as outlined in a Sources Sought Notice. This advanced system is designed to enhance surgical procedures by providing stable pneumoperitoneum, smoke evacuation, and valve-free access during minimally invasive surgeries, featuring integrated pressure control and compatibility with ConMed instruments. Interested vendors are encouraged to respond to the Request for Information (RFI) by March 17, 2025, providing details on their manufacturing capabilities, size classification, and estimated market pricing, with inquiries directed to Anthony Marion at anthony.marion2@va.gov or 713-794-7408.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The contract, valued at approximately $34 million, is a firm-fixed-price agreement that spans five years, from May 1, 2025, to April 30, 2030, and includes provisions for annual renewals. This service is critical for ensuring the reliability of medical equipment, which is essential for patient care, and requires contractors to provide comprehensive maintenance, including preventative services, 24/7 support, and emergency repairs, all in compliance with VA standards. Interested vendors must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    J043--PMR AIR COMPRESSORS & Pumps -w/wd
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to provide air compressors and pumps, along with maintenance services, for the San Diego Healthcare System. The procurement aims to ensure the availability and reliability of essential equipment, which plays a critical role in supporting healthcare operations for veterans. Interested vendors must comply with federal regulations, including those related to small business participation and data security, and are required to submit their offers by March 26, 2025, with the contract potentially spanning five years starting in April 2025. For further inquiries, vendors can contact Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV.
    J065--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Philips Imaging Medical Equipment to enhance medical imaging capabilities at the VA Greater Los Angeles Healthcare System. This solicitation, designated as 36C26225Q0524, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with stringent quality standards, including the requirement for original equipment manufacturer (OEM) products. The total funding amount for this contract is approximately $34 million, with responses due by March 20, 2025, at 11:00 AM Pacific Time. Interested parties can contact Contract Specialist David Odne at david.odne@va.gov or (562) 766-2328 for further information.
    J065--Sources Sought Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance services for Hillrom Beds and Golvo Lifts at the Phoenix VA Health Care System. The procurement aims to establish a contract for corrective and preventive maintenance, with a base year and options extending up to five years, totaling an estimated value of $34 million. This maintenance is crucial for ensuring the reliability and functionality of medical equipment used in veteran healthcare facilities. Interested vendors, particularly small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov for further details and to ensure compliance with the necessary vendor registration and documentation requirements.
    6515--Scope Reprocessing System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Scope Reprocessing System, aimed at enhancing the management of medical equipment reprocessing. The procurement emphasizes the need for automated cleaning capabilities, detailed cycle monitoring, and specific connectivity for endoscope reprocessing, ensuring compliance with industry standards for medical equipment. This initiative is particularly significant as it supports the health and safety of patients while fostering small business participation, especially from women and veteran-owned enterprises. Interested vendors should note that the solicitation will be issued on March 10, 2025, with proposals due by March 14, 2025; for further inquiries, they can contact Contract Specialist Debby Abraham at debby.abraham@va.gov or call 562-766-2234.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance and repair of 60 Sterile Processing Service (SPS) case carts, with a total contract value of approximately $34 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the operational functionality of essential medical equipment used in healthcare settings. The contract will span multiple years from May 2025 to September 2029, with offers due by March 14, 2025. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919 for further details.