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
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    6835--Medical Gas Supply - Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors for Medical Gas Delivery services at the Greater Los Angeles Healthcare System, specifically for the West Los Angeles VA Medical Center. The procurement aims to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying various medical gases, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, and Oxygen, all of which must meet stringent FDA and DOT regulations. Interested parties are required to submit their company details, including their SAM UEI number, contact information, business type, and socioeconomic status by December 29, 2025, to the Contracting Officer, Ms. Renee Kale, at renee.kale@va.gov. This sources sought notice is for planning purposes only and does not solicit quotes at this time.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.