J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180

SOL #: 36C24526Q0180Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Washington, DC

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 11, 2025
2
Response Deadline
Dec 29, 2025, 3:00 PM

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.).

People

Points of Contact

Bill PrattContracting OfficerPRIMARY

Files

Files

View
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 11, 2025
J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180 | GovScope