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 departments. Proposals are due by February 4, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide non-personal services including annual preventive maintenance, on-site emergency service and repair for malfunctioning equipment, and technical support via phone, text, or email. Services must cover all necessary personnel, equipment, supplies, and supervision. This includes full coverage for parts, labor, travel, replacement consoles/parts, hardware, and all software updates. A 24-hour response time is required for preventative maintenance, which must be scheduled and completed by October 31st annually. The place of performance is within the Respiratory, ICU, NICU, ER, and PICU departments at NMCP Portsmouth, VA.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- NAICS: 811210 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- Set-Aside: Unrestricted
- Period of Performance: A base year (February 18, 2026 – February 17, 2027) with four one-year option periods, extending potentially through February 17, 2031.
- Special Requirements: Offerors must be an Original Equipment Manufacturer (OEM) authorized dealer, distributor, or reseller, with current certification and ready access to OEM replacement parts. Alternative proposals will not be accepted.
Submission & Evaluation
Proposals must be submitted electronically to the specified Points of Contact by February 4, 2026, at 5:00 PM EST. Submissions must include a completed SF1449, pricing for all CLINs, vendor information, a technical capability statement (max 5 pages), and past performance information. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis, with evaluation factors considered in the following order of importance: Price, Technical Capability, and Past Performance. The Government intends to award without discussions.
Key Dates & Contacts
- Questions Due: January 16, 2026, 2:00 PM EST
- Proposal Due: February 4, 2026, 5:00 PM EST
- Primary POC: Cynthia Scharnowske (cynthia.e.scharnowske.civ@health.mil)
- Secondary POC: Carol Uebelacker (carol.e.uebelacker.civ@health.mil)
Q&A Highlights (Updated January 27, 2026)
- Preventive Maintenance Dates: Specific dates for C6, C1, G5, and T1 ventilators were provided.
- Off-site Servicing: Not permitted; contractor must travel to government facilities under the NMCP umbrella.
- Battery Replacements: Included under parts and labor coverage.
- PM Frequency: One annual full-service software PM, supplemented by a DMLSS self-populating six-month general inspection/functional check.
- Battery Configuration: Details provided for G5 (one), T1 (one or two), C6 (two), and C1 (one).