Medical & Dental Equipment Maintenance Service
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 the Army, W7NG USPFO ACTIVITY MN ARNG, is soliciting quotes for Medical & Dental Equipment Maintenance Service for the Minnesota Army and Air National Guard. This Unrestricted opportunity seeks a contractor to provide comprehensive service, calibration, and repair for medical and dental equipment. Quotes are due by February 11, 2026, at 1:00 PM CDT.
Scope of Work
The contractor will provide all necessary personnel, equipment, tools, materials, supervision, and quality control for Medical and Dental Maintenance Services. This includes calibration, servicing, and repair of equipment listed in the attached "Equipment Service List." Performance will be evaluated against a Quality Assurance Surveillance Plan (QASP), requiring 100% calibration and service per manuals, and 100% repair completion within 30 days of authorization. Reporting requirements include annotating all work on form DA 2404, submitting records to the COR within 15 days, notifying the COR of required repairs, providing cost breakdowns, and listing unrepairable equipment.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A 12-month base year (March 1, 2026 - February 28, 2027) with four additional one-year option periods, potentially extending through February 28, 2031.
- Set-Aside: Unrestricted
- Size Standard: $34 Million
- Place of Performance: Cottage Grove Armory, Cottage Grove, MN, and Camp Ripley (CRTC), Little Falls, MN.
Key Requirements & Compliance
Bidders must ensure personnel possess required certifications for operating, servicing, calibrating, and repairing equipment, as the Government will not provide training. Compliance with installation/facility access and local security policies, including background checks and specific training (AT Level 1, iWATCH), is mandatory. The contractor must develop and maintain an effective Quality Control Plan (QCP) and adhere to annual Service Contract Reporting. Travel to specified locations is authorized with COR/KO approval. The SCLSS Wage Determination 2015-4945 Rev30 is critical for estimating labor costs, establishing minimum wage rates and fringe benefits for work performed in specific Minnesota and Wisconsin counties. Awarded contractors must use the Wide Area Workflow (WAWF) system for submitting payment requests and receiving reports, following instructions in DFARS 252.232-7006.
Submission & Evaluation
- Closing Response Date: February 11, 2026, 1:00 PM CDT
- Anticipated Award Date: February 27, 2026
- Quote Validity: 90 days
- Evaluation Criteria: Quotes will be evaluated based on Price, Technical Approach, and Past Performance, all considered equal. Innovative solutions will also be considered.
- Registration: Active registration in SAM.gov is required prior to submitting a quote and at the time of evaluation.
Point of Contact
For questions and quote submission, contact Mr. Dan Bart at daniel.g.bart.civ@army.mil or 320-616-6012.