Medical Equipment Maintenance Service, 3-year IDIQ
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 Utah Army National Guard is soliciting proposals for Medical Equipment Maintenance Services under a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside aims to ensure medical readiness by providing maintenance and calibration for various medical equipment. Proposals are due by 7:00 AM (Mountain) on February 24, 2026.
Scope of Work
The requirement is for non-personal services covering biomedical equipment maintenance and calibration. This includes scheduled routine maintenance, semi-annual and annual inspections, and repairs for a wide range of medical equipment such as dental, radiology, laboratory, cardiovascular, and patient monitoring devices. Services must adhere to manufacturer recommendations, with 100% of inspections performed accordingly and documentation provided within 48 hours. The place of performance is at the armories where the responsible units are located across Utah, including West Jordan, North Salt Lake, Cedar City, and Camp Williams. Detailed equipment lists are provided in the Annual and Semi-Annual Service List attachments.
Contract Details
This will be a Firm-Fixed Price IDIQ contract with three one-year ordering periods and a potential final six-month ordering period, generally spanning from March 2026 to September 2029. It is a Total Small Business Set-Aside under NAICS code 811210 (Other Individual and Family Services) with a size standard of $34,000,000. A guaranteed minimum award will be determined upon award.
Evaluation & Submission
Award will be made on an "all or none" basis using a best value trade-off evaluation. Proposals will first be assessed for technical acceptability based on the Performance Work Statement (PWS) and supporting documents. A detailed technical proposal, not just positive statements, is required. Past performance and experience relating to medical equipment maintenance, along with proof of licensing/certification, will also be evaluated for relevancy and currency. The best value approach allows for award to other than the lowest price. Offerors must be actively registered in SAM.gov under the specified NAICS code at the time of award.
Key Dates & Contacts
- Proposals Due: 7:00 AM (Mountain) on February 24, 2026
- Questions Deadline: Questions received after February 16, 2026, will not be answered.
- Contracting POC: Mr. Otha Henderson (otha.b.henderson.civ@army.mil)
Additional Notes
Recent Q&A clarifies that most equipment was serviced between October 2024 and January 2025, and there is no incumbent contractor. Service logs are not available for review. A future maintenance group (0002AS) is planned for addition via contract modification around April-May 2026. Contractor personnel require IAT Level I certification, background checks, and various mandatory training.