Annual preventive maintenance (PM) and calibration services - United States Naval Hospital Okinawa (USNHO) of various laboratory equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Health Agency (DHA) Contracting Activity (DHACA) Healthcare Contracting Division-West (HCD-W) is soliciting proposals for Annual Preventive Maintenance (PM) and Calibration Services for various laboratory equipment at the U.S. Naval Hospital Okinawa (USNHO), Japan. This is an unrestricted procurement for non-personal services, inviting full and open competition. The contract will be Firm-Fixed-Price (FFP). Offers are due by 8:00 AM Pacific on Tuesday, March 10, 2026.
Scope of Work
This requirement covers annual preventive maintenance and calibration services for specific molecular assay analyzers, including BACK-T ALERT MICROBIOLOGY, VITEK 2 MICROBIOLOGY, LEICA ST5010 (A-XL), and LEICA CV5030 Histology Analyzers. Services must adhere to Original Equipment Manufacturer (OEM) PM checklists and specifications, encompassing technical inspection, adjustment, cleaning, lubrication, and replacement of scheduled parts. The contractor is responsible for providing all necessary management, tools, parts, and labor.
The scope also includes emergency services and corrective maintenance, limited to twenty-four (24) times per contract year, with on-site response required within two (2) days of a service call. Phone service support is mandatory Monday through Friday, 0900-1800, excluding U.S. and Japanese Holidays. PM services are to be performed on-site twice annually.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ HT941026Q2015)
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Unrestricted (Full and Open Competition)
- Product Service Code: J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- Period of Performance: April 1, 2026 - March 31, 2027 (Base Period)
- Place of Performance: U.S. Naval Hospital Okinawa, Building 960 Camp Foster, Okinawa, Japan, Laboratory Department, 2F.
Submission & Evaluation
Offers must be submitted electronically as a single PDF file to ashley.n.hodge4.civ@health.mil by 8:00 AM Pacific on Tuesday, March 10, 2026.
Evaluation will be based on a "Past Performance Price Tradeoff" basis, seeking the best value to the Government. Factors considered are:
- Technical Capability (Acceptable/Unacceptable)
- Past Performance (more important than Price)
- Price
Quoters must be the Original Equipment Manufacturer (OEM) or an OEM-authorized service provider, with authorization verified by OEM documentation. The government reserves the right to award based on initial quotes but may conduct exchanges.
Special Requirements & Contact
Technicians must be trained and certified by the OEM (Leica and BIOMERIEUX) or an equivalent program and wear visible identification. All replacement parts are at no additional cost to the Government. Services Contract Reporting (SCR) requirements apply.
Questions regarding the RFQ must be submitted via email by Tuesday, March 10, 2026. Primary Contact: Ashley Hodge (ashley.n.hodge4.civ@health.mil)