Opportunity
SAM #12421337
Preventative and Corrective Maintenance for Medtronic O-Arm O2 Imaging System at Naval Medical Center Portsmouth
Buyer
Defense Health Agency
Posted
April 20, 2026
Respond By
April 26, 2026
Identifier
12421337
NAICS
811219, 811310, 811210
This opportunity seeks preventative and corrective maintenance services for the Medtronic O-Arm O2 Surgical Imaging System at Naval Medical Center Portsmouth. - Government Buyer: - Department of Defense, Defense Health Agency (DHA) - Naval Medical Readiness Training Center Portsmouth, VA - OEM Highlight: - Medtronic is the required Original Equipment Manufacturer (OEM) - Vendors must be OEM-authorized service providers and OEM certified - Products/Services Requested: - Annual preventative and corrective maintenance for Medtronic O-Arm O2 Imaging System (ECN 129396, Serial C1348) - Includes full coverage of parts, labor, travel, software updates, and emergency services - Service Plan: SERVICE C1-O2 MCT10 - Field Service Reports required - Telephonic technical support and on-site repairs - Unique/Notable Requirements: - Vendors must demonstrate experience with similar work and provide proof of Medtronic authorization - All maintenance must comply with OEM standards - Detailed reporting and emergency support are mandatory - Place of Performance: - Main Operating Room, 3rd Floor, Building 2, Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Portsmouth, VA 23708 - Contract Duration: - Base year plus two option years (total of three years)
Description
This is a Request for Information (RFI) to identify potential sources possessing the capabilities described herein and ascertain whether the required services are commercial in nature. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained.
NOTE: At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. NO PHONE CALLS WILL BE ACCEPTED. It is the responsibility of any potential Offeror to monitor this site for the release of any solicitation.
RFI Title: Medtronic O-Arm O2 Imaging System Preventative Maintenance and Service Agreement for the Defense Health Agency (DHA) Medical Treatment Facility (MTF). LOCATION: Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Building 2, 3rd Floor, Main Operating Room Portsmouth, VA 23708. BACKGROUND: The Naval Medical Center Portsmouth (NMCP) Main Operating Room has a current contract for Medtronic O-Arm O2 Imaging System Preventative Maintenance and Service Agreement that is expiring on 31 May 2026 and requires a new contract. Vendors must be Original Equipment Manufacturer (OEM) authorized service provider. DESCRIPTION: NAICS 811210 Electronic and Precision Equipment Repair and Maintenance, PSC J065 Maint/Repair/Rebuild of Equipment—Medical, Dental, and Veterinary Equipment and Supplies. See DRAFT Performance Work Statement (PWS).
RFI SUBMISSION INSTRUCTIONS:
Responses to the RFI shall adhere to the following formatting and outline instructions:
All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. Cover Page (1 page)
- Title
- Organization
- Responder’s technical and administrative points of contact (names, addresses, phone numbers and email addresses).
- CAGE Code
3. Capabilities statement SHALL address the following:
- Contractor’s clear understanding and ability to perform the scope of this requirement as detailed in the DRAFT PWS.
- Contractor’s experience performing the same or similar work as detailed in the DRAFT PWS.
- Existing contract vehicles (e.g., GSA schedule) under which the responder currently offers these services, if any.
- Whether the responder provides the required services to the general public under terms and conditions similar to those offered to the Federal Government.
RESPONSES DUE: April 26, 2026 by 5 pm EST
SUBMISSION TO: Ms. Lisa Wilk, lisa.c.wilk.civ@health.mil and Ms. Carol Uebelacker, carol.e.ubelacker.civ@health.mil