J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
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.
SUMMARY:
Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor to provide preventative and corrective maintenance to medical test equipment located at the Washington DC VA Medical Center. See last page for instructions for replying to this notice.
Scope of work
Medical Test Equipment Support Contract
GENERAL
Scope of Services:
The purpose of this requirement is to provide preventative and corrective maintenance to the medical test equipment at Washington DC VAMC. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform service and maintenance.
Location: Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20422
EQUIPMENT
HTM Test Equipment Inventory listed in this notice.
SPECIFICATIONS
Preventative Maintenance
This contract shall include all preventative maintenance of the equipment according to the manufacturer s recommendations/procedures in the equipment manual.
All tasks in the manufacturer s procedures shall be completed at the manufacturer s listed frequencies.
PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations.
Corrective Maintenance
The contract shall include all on-site corrective (unplanned) maintenance/repair of the equipment in accordance with the manufacturer s manual.
Recalls & Alerts-- Contractor shall perform all remediation actions needed for product alerts and recalls issued for the equipment.
Parts/Materials/Tools/Labor
All parts and materials to complete the maintenance shall be included as a part of this contract
Contractor shall provide their own tools to complete the maintenance.
All labor (including travel) to complete the maintenance is included in the contract.
Contractor must use OEM certified parts and service. Use of refurbished parts have to be approved in writing by Biomedical Engineering prior to use.
Engineer/technicians must be OEM trained on all equipment included in agreement. Proof of competency to be provided upon request.
Updates/Patching
Contractor shall complete available updates to the software at the discretion of Biomedical Engineering.
Contractor shall complete all patching according to manufacturer s specifications.
Response Time
Contractor shall respond to trouble phone calls within 48 hours
The minimum standard response time for dispatch will be no later than the following workday after notification of equipment malfunction.
Check in/Out
Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department.
Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information.
Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure.
Contractor personnel shall sign out upon completion of visit.
Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas.
Reporting
Contractor shall provide a copy of the service report, complete with test data, to VHAWASHTM@VA.GOV within three business days after completion of any services.
Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided.
Remote Support
The Contractor shall provide a telephone line available during normal business hours for technical support. Contractor shall also provide a phone number for VA staff to call to dispatch Contractor field service engineers/technicians.
Patient Health Information
The Contractor shall safeguard patient health information.
The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information.
Contractor shall note remove any hard drives, storage devices, or anything containing patient health information from the site.
Contractor Requirements
All Contractor personnel performing services on the equipment shall have factory training and experience in the maintenance and repair of the equipment.
Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government.
Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site.
Safety and Security
Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact.
Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures.
Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.
Property Damage
The contractor shall take all necessary precautions to prevent damage to any Government property.
The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken.
Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer.
Chemical Use
Prior to performance of any work, the Contractor will be required to furnish the Contracting Officer with the trade names (if any) and chemical names of all chemicals to be used, along with a label showing contents, the use strength of the chemical as applied, and the antidote thereto.
Contractor shall furnish the same information each time a change is made to the chemicals or products used in the performance of this contract.
This information is required for emergency treatment in the event of ingestion or and/or contact with the material by humans.
QUALITY ASSURANCE
End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional following service/repairs.
Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution.
Documentation with be completed in the Government systems.
GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days.
PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering.
Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.
Over and Above Repairs - For the emergency services, repairs and maintenance that are over and above the service coverage level, only the Contracting Officer (CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on schedule- quote to both the CO and COR for review and consideration. Additional funding will be provided by the facility as-needed for payment.
HTM Test Equipment Inventory
EE
Manufacturer
Model
Serial #
N/A
FLUKE CORPORATION
12
85490191
N/A
FLUKE CORPORATION
179
14010065
NONE
ATS Labratories
539
25010042
N/A
3M Health Care
22110
07078
N/A
3M Health Care
90055
03152
N/A
3M Health Care
90055
03154
1287097
CRYSTAL CLEAR TECHNOLOGIES
12000D
1492027
1300758
AMETEK INC
1726
122193066
1300766
FLUKE CORPORATION
179
14010064
1303232
FLUKE CORPORATION
179
96490602
1303239
FLUKE CORPORATION
179
29930216
1303251
FLUKE CORPORATION
179
24490368
1303252
GEIGER INST
1MG-2KG
88662
1303246
WELCH ALLYN
401028
1317
1300763
FLUKE CORPORATION
52 II
17770030
1303290
GEIGER INST
5550
555-3103
1244776
COLUMBIA SCIENTIFIC IND
5775VS
51000121
1287102
CRYSTAL CLEAR TECHNOLOGIES
7000DP
1468056
1300764
FLUKE CORPORATION
7000DP
1853050
1305063
CRYSTAL CLEAR TECHNOLOGIES
7000DP
3620030
1305064
CRYSTAL CLEAR TECHNOLOGIES
7000DP
3618042
NONE
Tenma
72-6633
L737677
N/A
FLUKE CORPORATION
77 IV
51920004
N/A
FLUKE CORPORATION
80PK-26
N/A
N/A
FLUKE CORPORATION
80PK-27
N/A
N/A
FLUKE CORPORATION
80PK-28
N/A
1300765
FLUKE CORPORATION
80T
85490297
NONE
Parks
811-B
811B-60041028
1303242
FLUKE CORPORATION
87
29190037
1303302
FLUKE CORPORATION
87
29060382
1303305
FLUKE CORPORATION
87
29190036
1300761
FLUKE CORPORATION
87 V
18240257
1331217
FLUKE CORPORATION
ACCU LUNG II
1331217
1330446
FLUKE CORPORATION
ACCU LUNG II
NONE
NONE
Radcal
AGDM+
48-0829
1308098
B. C. MEDICAL MANUFACTURING
BC20-42200
NONE
NONE
Ivoclar
Bluephase Meter II
1300003163
NONE
Ivoclar
Bluephase Meter II
1300003180
1342662
BC BIOMEDICAL
DPM-2100
73271424
1342663
BC BIOMEDICAL
DPM-2100
73271422
1342664
BC BIOMEDICAL
DPM-2100
73271421
1342665
BC BIOMEDICAL
DPM-2100
73271423
1342666
BC BIOMEDICAL
DPM-2100
73271425
1287099
CRYSTAL CLEAR TECHNOLOGIES
DPM2PLUS
1471047
1303247
FLUKE CORPORATION
DPM2PLUS
1831052
1305223
FLUKE CORPORATION
DPM4-2G
3634025
1305224
FLUKE CORPORATION
DPM4-2G
3634023
1303236
LEVEL I TECHNOLOGIES
dsta-40
20030049
1305067
DYNATECH NEVADA
ESA609-US
3616044
1283457
FLUKE CORPORATION
ESA612
110009
1283461
FLUKE CORPORATION
ESA612
1100006
1283458
FLUKE CORPORATION
ESA612
1100044
1283459
FLUKE CORPORATION
ESA612
1100011
NONE
Electronic Temperature Instruments Limited
ETI 8205
9102698
NONE
Wagner Instruments
FDK 20
152452
1339773
PRONK TECHNOLOGIES INC.
FT-2
5529
1303235
LEVEL I TECHNOLOGIES
HLTA-40
40462
1303234
SIMS Level 1 Inc.
HLTA-40
2004 0041
1303254
FLUKE CORPORATION
IMPULSE 7010
1827052
1331215
FLUKE CORPORATION
IMPULSE 7010
5737053
1292258
FLUKE CORPORATION
MPS450
221301
1292259
FLUKE CORPORATION
MPS450
221302
1292260
FLUKE CORPORATION
MPS450
221303
1292265
FLUKE CORPORATION
N10140
2203025
1292266
FLUKE CORPORATION
N10140
2203026
1298134
FITNESS EQUIP
OPTIMA OPH-D502
NONE
1298135
FITNESS EQUIP
OPTIMA OPH-D502
1298135
1298136
FITNESS EQUIP
OPTIMA OPH-D502
NONE
1298137
PRECISION INSTRUMENTS
OPTIMA OPH-D502
1298137
1298138
FITNESS EQUIP
OPTIMA OPH-D502
1298138
1342403
PRONK TECHNOLOGIES INC.
OX-1
12919
1342404
PRONK TECHNOLOGIES INC.
OX-1
12920
NONE
PRONK TECHNOLOGIES INC.
OX-1
Ox10487
None
PRONK TECHNOLOGIES INC.
Oxsim Ox-1
OX5942
1342403
PRONK TECHNOLOGIES INC.
OxSim Ox-1
12919
none
PRONK TECHNOLOGIES INC.
OxSim Ox-1
OX5943
1300760
MONARCH INTERNATIONAL/MONARCH INSTRUMENTS
PLT200
1844453
1303250
GRAINGER, INC
PLT200
1844450
1344127
FLUKE CORPORATION
ProSim 8P
6556069
1344125
FLUKE CORPORATION
ProSim 8P
6488069
1344126
FLUKE CORPORATION
ProSim 8P
6535109
1344132
FLUKE CORPORATION
ProSim SPOT
6585047
1344130
FLUKE CORPORATION
ProSim SPOT
6585013
1344133
FLUKE CORPORATION
ProSim SPOT
6585049
1344131
FLUKE CORPORATION
ProSim SPOT
6587052
1344128
FLUKE CORPORATION
ProSim8P
6550011
1287100
CRYSTAL CLEAR TECHNOLOGIES
PUP-50
248
1303281
OHMIC INSTS
PUP-50
190
1305068
FLUKE CORPORATION
QA-ES MK III
3616004
1305069
FLUKE CORPORATION
QA-ES MK III
3616001
NONE
Extech Instrumsents
RH101
200651183
NONE
Extech Instrumsents
RH102
200651145
NONE
IET Labs, Inc.
RS-200
D2-11032033
NONE
IET Labs, Inc.
RS-200
C107291405
NONE
IET Labs, Inc.
RS-200
C1-01091506
1303231
GEIGER INST
SA-2010S
73382855
1303240
BCI INTERNATIONAL
sa-2010s
73382839
1342401
PRONK TECHNOLOGIES INC.
SC-5
14889
1342402
PRONK TECHNOLOGIES INC.
SC-5
14890
1298100
FLUKE CORPORATION
SIGMAPACE 1000
2756059
1295365
PRONK TECHNOLOGIES INC.
SIMCUBE SC-5
5957
1295368
PRONK TECHNOLOGIES INC.
SIMCUBE SC-5
5954
1295369
PRONK TECHNOLOGIES INC.
SIMCUBE SC-5
5955
none
PRONK TECHNOLOGIES INC.
SL-8
2931
1342667
OHAUS SCOUT
SPX222
C340899155
1342668
OHAUS SCOUT
SPX222
C340909574
1342669
OHAUS SCOUT
SPX222
C340899161
1339774
PRONK TECHNOLOGIES INC.
ST-1-M
5293
NONE
Flir
TG56
15-TG56-00900
NONE
Flir
TG56
15-TG56-009019
NONE
Flir
TG56
15-TG56-009102
1250131
TEKTRONIX
TV110
B021111
1308093
TEST & MEASURING INSTS
ULT-2020
733122433
1308094
TEST & MEASURING INSTS
ULT-2020
733122434
1331216
FLUKE CORPORATION
VAPOR
5781553
1303233
FLUKE CORPORATION
VT PLUS HF
185006
1305065
FLUKE CORPORATION
VT+HF-US120
3616026
1330445
FLUKE CORPORATION
VT900A
5564894
1338644
FLUKE CORPORATION
VT900A
6213712
1338645
FLUKE CORPORATION
VT900A
6212707
Interested & Capable Responses: Must respond with the following information.
NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC VA Medical Center.
Please respond to this RFI/Sources Sought 36C24526Q0180 with your:
Business name (including Unique Entity ID (SAM.gov)
Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and
Person of contact (including telephone number & email address).
Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities.
Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)
Brief Summary of categories of services that your company can/cannot provide.
Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)
Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:
Do you intend to self-perform this effort?
If you are located outside the immediate area, how will you self-perform?
Or do you intend to subcontract work under this contract?
If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?
Response Instructions:
Responses must be submitted by 10:00 AM (ET) Monday 12-29-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov.
Respond: 36C24526Q0180 Sources Sought Notice | Company Name
This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB
set-aside, small business set-aside, full and open competition, etc.).