Hamilton Ventilators Maintenance Service for NMCP Portsmouth, VA
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) is soliciting proposals for a Firm Fixed-Price (FFP) service contract for Hamilton Ventilators Maintenance Service at Naval Medical Center Portsmouth (NMCP), VA. This UNRESTRICTED opportunity requires comprehensive maintenance, repair, and technical support for ventilators in various hospital departments. Quotes are due February 4, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for non-personal services covering preventative maintenance and on-site repairs for specified Hamilton ventilators. Services include:
- Annual on-site preventive maintenance (by October 31st each year), with a 24-hour response time.
- On-site emergency service and repair for malfunctioning equipment.
- Full coverage for parts, labor, travel, replacement consoles/parts, hardware, and all software updates.
- Access to technicians via phone, text, or email, and technical phone support during procedures.
- Firmware and software updates.
- Contractor must be an Original Equipment Manufacturer (OEM) authorized dealer/distributor/reseller, qualified/authorized by the OEM, and maintain current certification. Ready access to OEM replacement parts inventory is required.
- The PWS specifies one full-service software annual PM along with a DMLSS self-populating six-month general inspection/functional check.
Contract Details
- Type: Firm Fixed-Price (FFP) service contract, commercial items (FAR Part 12) and simplified acquisition procedures (FAR Part 13).
- Set-Aside: UNRESTRICTED.
- Period of Performance: A base year (February 18, 2026 – February 17, 2027) and four 12-month option periods, extending through February 17, 2031.
- Place of Performance: Respiratory, ICU, NICU, ER, and PICU departments at Naval Medical Readiness Training Center Portsmouth (NMRTC Portsmouth), VA.
Evaluation Factors
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals will be evaluated on:
- Price: Assessed for fairness, reasonableness, and completeness across all CLINs and periods.
- Technical Capability: Demonstrated ability to perform services and understanding of the PWS. Proposals must be rated 'Acceptable'.
- Past Performance: Evaluated on recency, relevancy, and quality, leading to a Performance Confidence Assessment rating. Technical and Past Performance, when combined, are weighted equally with Price (50% each). The Government intends to award without discussions.
Submission Requirements & Key Dates
- Questions Due: January 16, 2026, at 2:00 PM EST. Submit in writing via email to Cynthia Scharnowske (cynthia.e.scharnowske.civ@health.mil) and Carol Uebelacker (carol.e.uebelacker.civ@health.mil).
- Quote Due Date: February 4, 2026, at 12:00 PM EST.
- Submission Format: Electronic submission to the POCs. Must include a Coversheet (Solicitation # HT940626QE007), Table of Contents, Signatory official/POCs, Technical Capability (max 5 pages), and Pricing (SF 1449, page 3).
- Pricing Validity: Quotes must remain valid for at least 90 calendar days.
- Offerors must provide documentation of OEM authorization.