Search Contract Opportunities

Preventative maintenance service for Tunnel/Rack/ultrasound washer and Sterilizer

ID: HT940625QE006 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1.0 GENERAL INFORMATION

1.1 This is a non-personal services contract to provide maintenance of the Tunnel Washer, Rack Washer, and two Sterilizer units in Building 274, Naval Medical Center Portsmouth.

1.1.1 Description of services/introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance of the Tunnel Washer, Rack Washer, and two Sterilizer units as defined in this Performance Work Statement (PWS).

1.1.2 Background: This is a renewal of previous non-personal services contract (N0018322P0559). Annual maintenance is required to ensure proper function and calibration of the Tunnel Washer, Rack Washer, and two Sterilizer units in Building 274, Naval Medical Center Portsmouth.

1.1.3 Scope: Contractor to provide preventive maintenance and repair service on equipment identified below. Services include inspection, corrections, adjustment, and replacement of worn/defective parts as required for proper equipment operation. Contractor will provide one (1) annual Preventive Maintenance Service visit per year. The contractor shall perform all services as required to restore equipment to normal operating condition.

1.1.4 Period of Performance (PoP): 29 Sep 2025 28 Sep 2026; with option of four additional years

1.2 Administrative specifications

1.2.1 Place of performance: The work shall be performed at Naval Medical Center Portsmouth, 620 John Paul Cir, Portsmouth, VA 23708-2297; Bldg 274 (Clinical Investigation Department), Rm 37/35B.

1.2.2 Contractors are not required to provide services on Federal holidays. Recognized Federal holidays:

New Year's Day Labor Day

Martin Luther King Jr.'s Birthday Columbus Day

President's Day Veteran's Day

Memorial Day Thanksgiving Day

Juneteenth Day Christmas Day

Independence Day

1.2.3 Hours of operation: The contractor is responsible for conducting business Monday thru Friday (8:00 a.m. to 4:00 p.m.) except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons.

1.3 Contractor Identification

1.3.1 Contractor personnel performing services in a contractor capacity in a Government facility are required to possess and wear an identification badge that displays his or her name and the name of their company. Ensure all those with whom the person interacts in any face-to-face dealings while supporting the Governemnt understands that the person is contractor support personnel.

2.0 SPECIFIC TASKS

2.1 Preventive Maintenance

2.1.1. Coordination of services: Contractor should contact the Clinical Investigation Department (CID) Representative listed in order to coordinate scheduling of visits, and upon arrival.

2.1.2. Frequency: Contractor is required to provide preventive maintenance services once per year, at a time mutually agreed upon between the Contractor and the CID Representative.

2.1.3. Services provided: Preventive maintenance services provided will include inspection, adjustments, and replacement of worn/defective parts due to normal use and conditions. Contractor's price must be inclusive of all costs including labor and travel as required to restore equipment to normal operating condition. Contractor shall maintain equipment per Original Equipment Manufacturer (OEM) guidelines including all OEM recommended preventative maintenance visits. Contractor is not responsible for procurement of replacement parts, or labor/materials for service line fittings, utility lines, or other equipment not supplied by the OEM.

2.1.4. Equipment included: The following equipment will be serviced by the Contractor.

Quantity, Product Category, Equipment Description

1. Lynx Tunnel Washer

Model 536LX

Prop #18361169

2. Schlyer Rack Washer

Model RW6290

S/N: 101142

3. Crest Ultrasonic Washer

Model-HAL-20WRD

SN-1706H0138

2.1.5. Warranty: Contractor to warranty all completed repairs have been completed per OEM guidelines and accepted industry standards.

2.1.6. Report: The Contractor will generate a Preventive Maintenance report after each visit, containing a summary of services provided. The CID Representive will review and approve the final report. The service report shall include, but not be limited to: contract number, equipment description (model, serial number, equipment control number) contractor's log number, detailed description of the service(s) performed, replacement part(s) information (part number, value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended and the hourly rate normally charged for the type of service performed, model and serial numbers, and the name of the FSE performing the service. In the event that agents / sub-contractor's are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number).

2.2. Replacement Parts

2.2.1. New: Uses of new replacement parts only are authorized.

2.2.2. Refurbished: Refurbished or used replacement parts are not allowed unless certified by the OEM, new parts are not available, and they are specifically approved by the Government. If refurbished parts are the only viable solution, then the vendor is to receive permission (in writing) from the CID POC prior to use.

2.3. Software Updates

2.3.1. Software: Contractor shall provide any and all software updates as they become available throughout the period of performance but no later than 30 days following its release at no additional charge.

2.4. Technical Support

2.4.1. Contractor shall provide telephone support to include services for both general system operation questions and questions concerning system failures and/or faults. Calls received during normal business hours shall be responded to immediately but no later than the next business day after receipt of the call.

3.0 Qualifications/Considerations

3.1 Special Qualifications/Considerations: The contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Contractor shall maintain current (within 2 years) qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance.

Background
This contract is issued by the Defense Health Agency, specifically for the Naval Medical Center Portsmouth. The mission of this contract is to ensure the proper function and calibration of essential medical equipment, including the Tunnel Washer, Rack Washer, and two Sterilizer units located in Building 274. This is a renewal of a previous non-personal services contract (N0018322P0559) aimed at maintaining these critical units.

Work Details
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary for maintenance of the Tunnel Washer, Rack Washer, and two Sterilizer units. Services include:
- Preventive maintenance and repair service on specified equipment.
- One annual Preventive Maintenance Service visit per year.
- Inspection, corrections, adjustments, and replacement of worn or defective parts as required for proper operation.
- Maintenance must adhere to Original Equipment Manufacturer (OEM) guidelines.
- Generation of a Preventive Maintenance report after each visit detailing services provided and parts replaced.
- Provision of new replacement parts only; refurbished parts are not allowed unless certified by the OEM and approved by the Government.

Period of Performance
The period of performance is from September 29, 2025 to September 28, 2026 with an option for four additional years.

Place of Performance
The work will be performed at Naval Medical Center Portsmouth, located at 620 John Paul Cir, Portsmouth, VA 23708-2297 in Building 274 (Clinical Investigation Department), Room 37/35B.

Overview

Response Deadline
Aug. 29, 2025, 8:00 a.m. EDT Due in 1 Days
Posted
Aug. 19, 2025, 3:48 p.m. EDT
Set Aside
None
Place of Performance
Portsmouth, VA 23708 United States
Source

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
On 8/19/25 Defense Health Agency issued Solicitation HT940625QE006 for Preventative maintenance service for Tunnel/Rack/ultrasound washer and Sterilizer due 8/29/25. The opportunity was issued full & open with NAICS 811210 and PSC J065.
Primary Contact
Name
Kimberly Bunn   Profile
Phone
(757) 953-5740

Documents

Posted documents for Solicitation HT940625QE006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Solicitation HT940625QE006

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation HT940625QE006

Similar Active Opportunities

Open contract opportunities similar to Solicitation HT940625QE006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HEALTH AGENCY (DHA) > DEFENSE HEALTH AGENCY
FPDS Organization Code
97DH-HT9406
Source Organization Code
500173248
Last Updated
Aug. 19, 2025
Last Updated By
kimberly.p.bunn.civ@health.mil
Archive Date
Aug. 30, 2025