Washer/Disinfectors removal and installation
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 Defense Health Agency (DHA), specifically DEFENSE HEALTH AGENCY HCD WEST, is soliciting proposals for the removal and installation of Washer/Disinfectors at Naval Hospital Bremerton, WA. This Total Small Business Set-Aside opportunity involves replacing two existing Steris AMSCO 400 units with two new, Government-Furnished Steris AMSCO 7052HP units. Quotes are due by March 19, 2026, at 3:00 PM Pacific Time.
Scope of Work
This is a "turn-key" project requiring comprehensive services including engineering, hardware, software, labor, materials, tools, equipment, configuration, and professional services. Key tasks include:
- Removal of two existing Steris AMSCO 400 Washer/Disinfectors.
- Installation of two new, Government-Furnished Steris AMSCO 7052HP Washer/Disinfectors and associated accessories.
- Coordination of outages to ensure at least one unit remains operational during normal working hours (0700-1600, M-F).
- Implementation of infection control measures and connection to existing facility utilities (domestic hot & cold water, instrument air, steam, power).
- Modification of electrical connections, installation of government-furnished seismic floor bracing, and replacement of damaged insulation.
- Compliance with all applicable codes (Local, State, Federal, NFPA, ANSI, NEC, OSHA) and industry standards.
- Provision of commissioning reports, equipment manuals, and hot work permits.
- Trade workers must be Washington state certified with a minimum of 5 years of experience.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Pricing: Free on Board (FOB) Destination.
- Expected Delivery: 30 Days After Receipt of Order (ARO).
- Place of Performance: Building 01, Room S301, 01 - Naval Hospital Bremerton, Bremerton, WA 98312. Normal working hours are 7:00 am to 4:00 pm, Monday through Friday, excluding holidays.
Submission & Evaluation
- Questions Due: March 17, 2026, 11:00 AM Pacific Time (via email).
- RFQ Due: March 19, 2026, 3:00 PM Pacific Time (via email).
- Submission Format: Electronic PDF or Excel, 8.5 x 11 inch page, 12 point Times New Roman font. Quotes must include all items and quantities; partial offers will not be considered.
- Evaluation Factors: Award will be made to the responsible offeror whose quotation is most advantageous, considering price, technical, and past performance.
- Technical: Must meet specified requirements.
- Past Performance: Based on Supplier Performance Risk System (SPRS) data.
- Price: Must be fair and reasonable, including unit and total firm-fixed price.
- Offers rated "Unacceptable" in any factor may be ineligible for award.
Eligibility & Requirements
- Set-Aside: This is a Total Small Business Set-Aside. Only quotes from Small Business Concerns will be accepted.
- Offerors must be registered in the System for Award Management (SAM.gov).
- NAICS Code: 238210 - Electrical Contractors and Other Wiring Installation Contractor, with a Small Business Size Standard of $19,000,000.00.
- Bidders must provide a detailed breakdown of labor and material costs and a preliminary Activities Hazard Analysis (AHA) at the time of proposal submittal.
- Required submittals include a schedule of work, outage requests, material submittals, SDS, Material Data Sheets, Non-Disclosure Agreements, and a Contractor Safety Plan.
- Deliverables include As-built drawings, maintenance schedule, parts list, O&M manuals, and a minimum one-year parts, labor, and service warranty. An on-site Project Manager is required.