Opportunity
SAM #36C25926Q0376
Annual Calibration Services for Biomedical Test Equipment at VA Medical Center
Buyer
VHA Network Contracting Office 19
Posted
March 31, 2026
Respond By
April 10, 2026
Identifier
36C25926Q0376
NAICS
811219, 811210
This opportunity involves annual calibration services for biomedical test, measurement, and diagnostic equipment at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) - Contracting office located in Greenwood Village, CO - OEMs and Vendors: - Fluke Biomedical - Bio-Tek - Dynatech Nevada - Pronk Technologies - BC Biomedical - Dale - Tektronix - Cole Parmer - TSI - Meriam - Newport - Augustine Medical - DNI Nevada - Mesa Labs - Ohio Medical - SenSym - Hanson - Tenma - IET - B&K Precision - Products/Services Requested: - Annual calibration, inspection, and preventative maintenance for a wide range of biomedical test, measurement, and diagnostic equipment (TMDE) - Equipment includes: electrical safety analyzers, patient simulators, infusion device analyzers, DMMs, gas flow analyzers, pressure meters, thermometers, oscilloscopes, and more - Notable part numbers: ESA615, ESA620, PROSIM 8, IDA-5/2 CHANNEL INFUSION DEVICE, VT900A, QA-ES III, MedTester 5000C, SigmaPace 1000, TPS 2012, and others - Quantities: Typically one unit per device type (see detailed line items) - Unique or Notable Requirements: - Calibration must comply with OEM standards, The Joint Commission (TJC) requirements, and federal safety regulations - Contractor must provide timely service report documentation - Personnel competency verification is required - All contractor test equipment must have traceable calibration certifications - Period of Performance: - Base year plus four option years - Place of Performance: - George E. Wahlen VA Medical Center, Salt Lake City, UT
Description
Sources Sought Notice
Sources Sought Notice
*= Required Field
Sources Sought Notice
SUBJECT* Biomed Test Equipment Annual Calibration
GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE*: 80111 SOLICITATION NUMBER*: 36C25926Q0376 RESPONSE DATE/TIME/ZONE: 04-10-2026 1200 MOUNTAIN TIME, DENVER, USA ARCHIVE: 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS: N SET-ASIDE: SDVOSBC PRODUCT SERVICE CODE*: H266 NAICS CODE*: 811210
CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office NCO 19 6162 South Willow Drive, Suite 300 Greenwood Village CO 80111
POINT OF CONTACT* Eric Ayers Contract Specialist eric.ayers@va.gov
PLACE OF PERFORMANCE George E. Wahlen VA Medical Center Medical Maintenance 500 Foothill Drive Salt Lake City UT Postal Code: 80148 Country: USA
ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION
DESCRIPTION STATEMENT OF WORK (SOW) as of 3/31/2026 Contract Title: Test, Measurement, and Diagnostic Equipment (TMDE) Calibration contract
Period of Performance: Period of performance will be a BY + 4 OY contract Base Year: 5/15/2026 to 5/14/2027 Option Year 1: 5/15/2027 to 5/14/2028 Option Year 2: 5/15/2028 to 5/14/2029 Option Year 3: 5/15/2030 to 5/14/2031 Option Year 4: 5/15/2031 to 5/14/2032
Background: The George E. Wahlen VAMC needs this calibration contract to be put in place to ensure we comply with TJC requirements, ensuring our test equipment is certified and able to be used on medical devices to safely and accurately pass preventative maintenance inspections on equipment. Per TJC we cannot certify our own TMDE and need vendors with certified and calibrated equipment to ensure our devices are still accurate or make them accurate again.
Scope: The contractor shall provide calibration services to the list of equipment found below in Table. All services shall be provided in accordance with the specifications, terms and conditions contained herein. NOTE: If/when equipment on this list is replaced by new equipment, the calibration process requirement for the old item will be assigned to the new equipment and the list updated.
Table A: Equipment models, EEs, serials, and locations that must be included in this agreement. Mfg. Model Description Asset Serial # Ideal61-361DMMEE01430228712 Bio-TekDPM-1Pneumatic Transducer TesterEE05125504 Dynatech Nevada453AElectrosurgical AnalyzerEE096931603 Bio-TekMPS-1Patient SimulatorEE097071031 Fluke BiomedicalESA615Safety AnalyzerEE1112805541033 Fluke BiomedicalESA620ELECTRICAL SAFETY ANALYZEREE1113085521045 Fluke BiomedicalESA620ELECTRICAL SAFETY ANALYZEREE1113095520074 Fluke BiomedicalPROSIM 8VITAL SIGNS SIMULATOREE1113105562036 Fluke BiomedicalPROSIM 8VITAL SIGNS SIMULATOREE1113115563511 Fluke BiomedicalPROSIM 8VITAL SIGNS SIMULATOREE1113125562502 Fluke BiomedicalQA-ES IIIELECTROSURGICAL ANALYZEREE1113135567032 Fluke BiomedicalIDA-5/2 CHANNELINFUSION DEVICE ANALYZER - 2 CHANNELEE1113145571054 Fluke BiomedicalIDA-5/2 CHANNELINFUSION DEVICE ANALYZER - 2 CHANNELEE1113185571059 Fluke BiomedicalIDA-5/4 CHANNELINFUSION DEVICE ANALYZER - 4 CHANNELEE1114325598076 Fluke BiomedicalIDA-5/4 CHANNELINFUSION DEVICE ANALYZER - 4 CHANNELEE1114335598078 Fluke BiomedicalESA620ELECTRICAL SAFETY ANALYZEREE1117405571720 Fluke BiomedicalSPOT LightSPO2 TESTER, PULSE OXIMETER ANALYZEREE1117695579084 Fluke BiomedicalSPOT LightSPO2 TESTER, PULSE OXIMETER ANALYZEREE1117705578085 Fluke BiomedicalSPOT LightSPO2 TESTER, PULSE OXIMETER ANALYZEREE1117715578090 Fluke BiomedicalSPOT LightSPO2 TESTER, PULSE OXIMETER ANALYZEREE1117725578600 Fluke BiomedicalVT900AFLUKE VT900A GAS FLOW ANALYZEREE1118215538015 Fluke BiomedicalVT900AFLUKE VT900A GAS FLOW ANALYZEREE1118225564890 Fluke BiomedicalDPM4-2GDIGITAL PRESSURE METER (HIGH PRESSURE)EE1119345626078 Fluke BiomedicalDPM4-2GDIGITAL PRESSURE METER (HIGH PRESSURE)EE1119355643026 Fluke BiomedicalDPM4-2HDIGITAL PRESSURE METER (LOW PRESSURE)EE1119365550067 Fluke BiomedicalDPM4-2HDIGITAL PRESSURE METER (LOW PRESSURE)EE1119375642025 Dynatech Nevada232DSafety AnalyzerEE161715821 Fluke87DMMEE1693969070614 Fluke87DMMEE1697350200632 Fluke87DMMEE1697367890685 Bio-TekMPS-1Patient SimulatorEE1717286605 Fluke87DMMEE1763148951948 Fluke Biomedical232DSafety AnalyzerEE178116351 Dynatech Nevada232DSafety AnalyzerEE178306352 Dynatech NevadaMedTester 5000Safety AnalyzerEE185712183 Fluke87DMMEE2124563140577 Fluke87DMMEE2124663980053 NewportHHCT-1Calibrator/ThermometerEE21278T100413 Augustine Medical221Temperature Test KitEE2145722100A00314 Pronk TechnologiesOX-1SpO2 SimulatorEE22352Ox3918 TimeterRT-200Calibration AnalyzerEE22357W113I DNI Nevada207BPressure MeterEE309302527 DNI Nevada207BDigital Pressure MeterEE366302524 Fluke BiomedicalMedTester 5000CSafety AnalyzerEE43586900005 BC BiomedicalDPM-2001Pressure MeterEE4489073251279F BC BiomedicalDPM-2001Pressure MeterEE4489173251281F TektronixTPS 2012OscilloscopeEE46245C010992 Fluke BiomedicalSigmaPace 1000External Pacemaker AnalyzerEE470159354037 Cole Parmer8528-20ThermometerEE47156590536 Fluke BiomedicalUW-5Ultrasound WattmeterEE4717350241 Ideal61-360DMMEE47193959065 Fluke187DMMEE4725376951496 Fluke BiomedicalMPS450Patient SimulatorEE47610945025 Fluke BiomedicalQA-ESIIElectrosurgical AnalyzerEE50975100302 Dale2000LIM/GFI TesterEE550081119034 Dale2000LIM/GFI TesterEE550091119035 Pronk TechnologiesOX-1SpO2 SimulatorEE55010Ox1731 Pronk TechnologiesOX-1SpO2 SimulatorEE55011Ox2332 Pronk TechnologiesSC-5NIBP SimulatorEE551413095 BC BiomedicalDPM-2001Pressure MeterEE5542573251812J BC BiomedicalDPM-2001Pressure MeterEE5542673251813J Fluke87-5DMMEE6257419290105 Fluke BiomedicalESA615Safety AnalyzerEE683752477041 Dynatech Nevada232DSafety AnalyzerEE683805317 Fluke87-5DMMEE7095716210366 Fluke376Clamp MeterEE7096616641229 TSI4074BLow Flow ModuleEE7096740740912001 MeriamM1ManometerEE70968936000031 TSI4082CLow Flow ModuleEE7096940820932004 TSI4071AHigh Flow ModuleEE7097140710933002 Pronk TechnologiesSL-8SimSlimEE71069494 Pronk TechnologiesSL-8SimSlimEE71070316 Pronk TechnologiesSC-5NIBP SimulatorEE710713462 Pronk TechnologiesSC-5NIBP SimulatorEE710723480 Pronk TechnologiesOX-1SpO2 SimulatorEE71073Ox1878 Pronk TechnologiesOX-1SpO2 SimulatorEE71074Ox2911 Pronk TechnologiesSC-5NIBP SimulatorEE710752868 TSI4081GHigh Flow ModuleEE7108040810931004 Fluke66IR ThermometerEE743089458-0511 Fluke87-5DMMEE7482113980164 Fluke Biomedical190-502SCOPEMETEREE8143536315601 Fluke BiomedicalProSim 8Vital Signs SimulatorEE814373658047 Pronk TechnologiesOX-1SpO2 SimulatorEE81526Ox3919 Mesa Labs90XLCond/pH/Press/Temp MeterEE826219X008841 Fluke BiomedicalIMPULSE 7000DPDEFIBRILLATOR ANALYZEREE864594344058 Fluke7010Defibrillator LoadEE864604353002 Fluke BiomedicalIMPULSE 7010 LoadDEFIBRILLATOR ANALYZER LOADEE864604353002 Fluke BiomedicalSigmaPace 1000External Pacemaker AnalyzerEE864614333030 BC BiomedicalDPM-2350Pressure MeterEE9312973215175NNFC2068 BC BiomedicalDPM-2350Pressure MeterEE9541573215175NNFC2117 Fluke123Scopemeter DM9510120 Fluke187DMM 78980048 Fluke287DMM 15160155 Dale601Safety Analyzer 2122717 Dale601Safety Analyzer 8974011 B&K Precision710Type K Thermometer 114K16109 B&K Precision710Type K Thermometer 114K16122 Hanson895Hanging Scale 7895 Fluke1503Insulation Tester 42530654WS Fluke1503Insulation Tester 42530655WS Fluke Biomedical07-487Digital mAs Meter 800396-108264 Fluke Biomedical232DSafety Analyzer 9547015 Tenma72-7270Resistance Decade Box I419455 Fluke80TKThermocouple Module 062507KWS01 Fluke80TKThermocouple Module 36410042 Fluke87-3DMM 71462604 Fluke87-5DMM 13980160 Fluke87-5DMM 88590217 BC BiomedicalDPM-2350Pressure Meter 73215175NNFC1225B IETHPRS-F-6-1High Power Resistance Substitutor E1-18131509 Fluke BiomedicalMedTester 5000CSafety Analyzer 90422 Ohio MedicalP473030Oxygen Analyzer MNXN00075 SenSymPDM200MManometer J1340 FlukePV350Pressure/Vacuum Module 062807KWS06 Pronk TechnologiesSC-5NIBP Simulator 3468 Pronk TechnologiesSC-5NIBP Simulator 3467 Pronk TechnologiesSL-8SimSlim 350 Fluke BiomedicalESA609FLUKE ELECTRICAL SAFETY ANALYZEREE1289616992105 Fluke BiomedicalESA609FLUKE ELECTRICAL SAFETY ANALYZEREE1289626992106 Fluke BiomedicalESA609FLUKE ELECTRICAL SAFETY ANALYZEREE1289636992107 Fluke BiomedicalESA609FLUKE ELECTRICAL SAFETY ANALYZEREE1289646920032 Fluke Biomedical51-2THERMOMETER/CALIBRATOREE12899467750047MV Fluke Biomedical51-2THERMOMETER/CALIBRATOREE12899567750048MV
Specific Tasks: Task 1 - Calibration: The vendor shall provide Calibration services within the month of June. This will include any required parts, system verification, alignment, and adjustments for the equipment listed in Table A. This is provided by the vendor at no additional customer cost than what is agreed upon in this contract. Subtask 1 - Inspection and Calibration specifications: The vendor shall inspect and calibrate the Equipment listed in Table A in accordance with OEM policies and procedures for performing preventative maintenance in effect at the time the Services are performed.
Definitions/Acronyms: Acceptance SignatureVAMC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization SignatureCOR's signature; indicates COR accepts work status as stated in ESR. Biomedical EngineeringSupervisor or COR designee CMCorrective Maintenance. Maintenance tasks that are undertaken to identify, isolate and repair a fault to restore equipment, a machine or a system to an operational condition so it can perform its intended function. Services may include troubleshooting, disassembly, adjustment, repair, part replacement, realignment, and operational verification to manufacturers or VA's performance specifications, whichever is most rigorous. CDRHCenter for Devices and Radiological Health COContracting Officer. CORContracting Officer's Representative. ESRVendor Engineering Service Report. Documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. FSEField Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. NFPANational Fire Protection Association. OEMOriginal Equipment Manufacturer TJCThe Joint Commission VAMCDepartment of Veterans Affairs Medical Center
Performance Monitoring: Performance monitoring will be conducted by the COR and subsequent necessary Biomed staff to certify that work was done in accordance with this contract. This work will be conducted via two ways: Vendor will need to report to Biomed any time they come on site to check in. This may include obtaining appropriate contractor ID badges from Police. This ensures we are aware of you on site and performing work. For more information on this monitoring step see section 9.5 Reporting Requirements. Service Reports will be asked to be given by the vendor to list all work completed during the reporting period, as well as work scheduled for the upcoming period. This will ensure that timely progress is made by the vendor. Please see section 8.3 Service Report documentation.
Other Pertinent Information or Special Considerations: Service Report Requirements: The documentation must be provided in a timely manner. Documentation delivery is not to exceed 72 hours post service. This documentation will include equipment downtime and detailed descriptions of the preventative maintenance procedures performed, including replaced parts and prices required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition, each ESR must at a minimum document the following data legibly and in complete detail: Name of Contractor Name of FSE who performed services. Contractor Service ESR Number/Log Number. Date, Time (starting and ending), Hours-On-Site for service call. VA Purchase Order Number(s) (if any) covering the call, if outside normal working hours. Description of Problem Reported by COR/User. Identification of Equipment to be serviced to include the following: Equipment ID #; or EE#/MX#/Nuvolo# from the bar-code, Manufacturer's Name, Device Name, Model#, Serial #, and any other Manufacturer's identification numbers. Itemized Description of Service(s) Performed (including Costs associated with after normal working hour services), including Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed. Signatures from the following: FSE performing services described. VA Employee who witnessed service described. Equipment downtime calculated in accordance with Conformance Standards.
<h4>Service Manuals:</h4>
<p>The VAMC shall not provide service manuals or service diagnostic software to the contractor for use in providing services under this contract. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request.</p>
<h4>Reporting Requirements:</h4>
<p>The contractor shall report to Biomedical Engineering to "check-in" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. Prior to arrival please follow the below instructions:</p>
<ul>
<li>VA SLC Campus Map which details the location of the patient parking garage and main medical center entrance.</li>
<li>On the scheduled service date please call 801-582-1565 x1005 when you’re 30 minutes from the medical center.</li>
<li>Please park your vehicle in the patient parking garage on the bottom level.</li>
<li>Please re-call call 801-582-1565 x1005 once your vehicle is parked and then proceed to the medical center lobby.</li>
<li>The intended Biomedical Staff member will meet you in the main lobby to check in and take you to the equipment to be serviced.</li>
<li>When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Biomedical Engineering Department (location to be specified at time of contract award) and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature." If the COR is unavailable, a signed accepted copy of the ESR will be sent to the COR within 5 business days of work completion.</li>
</ul>
<p><strong>FAILURE TO COMPLY, EITHER IN WHOLE OR IN PART, WITH EITHER THE NOTIFICATION OR ESR REQUIREMENTS WILL BE DEEMED SIGNIFICANT NON-COMPLIANCE WITH THE CONTRACT AND MAY BE JUSTIFICATION FOR TERMINATION OF THE CONTRACT.</strong></p>
<h4>Condition of Equipment:</h4>
<p>The contractor accepts responsibility for the equipment described in Section B, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract.</p>
<h4>Competency of Personnel Servicing Equipment:</h4>
<p>Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup.</p>
<p>"Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to preventive maintenance on equipment identified in Section B.</p>
<p>The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAMC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC equipment.</p>
<h4>Test Equipment:</h4>
<p>Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard.</p>
<h4>Identification, Parking, Smoking, Cellular Phone use and VA Regulations:</h4>
<p>The contractor's FSE shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court.</p>
Risk Control: Conformance Standards: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, TJC, NEC, OSHA, HIPAA, Federal and VA security specifications and requirements as applicable. The equipment should be maintained such that it meets or exceeds the performance specifications as established in the OEM’s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA.
<h4>Reporting Required Services Beyond the Contract Scope:</h4>
<p>The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs.</p>
<h4>Compliance with OSHA Bloodborne Pathogens Standard:</h4>
<p>The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall:</p>
<ul>
<li>Have methods by which all employees are educated as to risks associated with bloodborne pathogens.</li>
<li>Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens.</li>
<li>Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens.</li>
<li>Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract.</li>
</ul>
Place of Performance: NOTE: Work at the Government site shall not be conducted on Federal holidays or weekends, unless otherwise instructed by the Contracting Officer. VA Salt Lake City Healthcare System 500 Foothill Drive Salt Lake City, UT 84148
Delivery Schedule: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 6.1 Calibration Service Report See section 9.3 for details needed but this can be vendor formatted document One copy to Biomed see 9.2 for contactOne Copy to COR AT TIME OF CALIBRATION (JUNE)
Security Requirements: SERVICES: The C&A requirements do not apply, and a Security Accreditation Package is not required.
END OF SOW