J065--GE Physiologic Monitor Prevent Maintenance
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 Department of Veterans Affairs (VA), specifically the Clement J. Zablocki VA Medical Center in Milwaukee, WI, is soliciting quotes for preventative maintenance services for GE Physiologic Monitor E-SC(Ai)O(V)(X) Modules. This opportunity is a Total Small Business Set-Aside and is issued as a combined synopsis/solicitation (RFQ). Quotes are due by March 3, 2026, at 9:00 AM Central Time.
Scope of Work
The contractor will furnish all materials necessary for the annual or quad-annual preventative maintenance (PM) of 105 GE E-SC(Ai)O(V)(X) Physiologic Monitor Modules. Services must ensure equipment functions in conformance with the latest published editions of NFPA-99, UL, OSHA, AAMI, TJC, and VA standards, meeting or exceeding original performance specifications. Key requirements include:
- Providing replacements for non-functional or non-conformant materials at no additional cost.
- A 2-hour phone response time for unscheduled maintenance calls, 24 hours a day.
- Timely shipment of parts for scheduled maintenance.
- Furnishing and replacing all parts, which must be new or OEM certified rebuilt (with CO/COR approval), compatible, of current manufacture, and perform identically to original specifications.
- Detailed documentation of parts, shipping, and quantity.
- Strict compliance with Federal records management laws, NARA policies, and the Privacy Act, including flow-down requirements to subcontractors.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for commercial services.
- Duration: One base year (May 1, 2026 - April 30, 2027) with four (4) option years.
- Set-Aside: Total Small Business.
- NAICS Code: 811210 (Small business size standard: $34.0 Million).
- Product Service Code (PSC): J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies).
- Place of Performance: Clement J. Zablocki VA Medical Center, 5000 West National Ave, Milwaukee, WI 53295.
- Hours of Coverage: Monday through Friday, 7:00 AM to 5:00 PM, excluding federal holidays.
Submission & Evaluation
- Response Due: March 3, 2026, 9:00 AM Central Time.
- Submission Method: Email to brandon.harris@va.gov.
- Required Quote Information: Solicitation number, Offeror name/address/phone, Unique Entity Identifier (UEI), information for technical compliance, completed representations and certifications (via SAM.gov), a statement regarding acceptance of terms and conditions, and a completed VA Notice of Limitations on Subcontracting if seeking evaluation preference for veterans involvement.
- Evaluation Factors: Technical, Past Performance, and Price. Veterans involvement may be used as a tie-breaker.
- Award Basis: Comparative evaluation of quotes under Simplified Acquisition Procedures (RFO FAR 12), selecting the most favorable quote for the Government.
Additional Notes
Offerors must certify compliance with subcontracting limitations, ensuring no more than 50% of the contract amount for services is paid to non-certified SDVOSBs or VOSBs. Failure to submit this certification will render the offer ineligible.