Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOURCES SOUGHT

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

Notice Date
12/11/2025 1:52:15 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0180
 
Response Due
12/29/2025 7:00:00 AM
 
Archive Date
02/27/2026
 
Point of Contact
Bill Pratt, Contracting Officer, Phone: 410-642-2411
 
E-Mail Address
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
 
Awardee
null
 
Description
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.).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b67e7df83b2a45a79ecadeee1be21b63/view)
 
Place of Performance
Address: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving Street NW, Washington, DC 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN07664230-F 20251213/251211230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.