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) 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 requires a turn-key project to replace two existing Steris AMSCO 400 units with two new, government-furnished Steris AMSCO 7052HP units. Quotes are due by April 10, 2026.
Scope of Work
The project involves a complete "turn-key" solution, 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 units.
- Coordination of outages to ensure at least one unit remains operational during normal working hours (0700-1600, M-F).
- Implementation of infection control measures, including differential pressure barriers.
- Connection of new equipment to existing facility utilities (hot/cold water, instrument air, steam, power).
- Modification of electrical connections in room SM4, panel P4BQ.
- Installation of government-furnished seismic floor bracing and accessories.
- Replacement of damaged/removed insulation and labeling of valves and piping per NFPA99 and UFC 5-410-01.
- Compliance with all applicable codes (Local, State, Federal, NFPA, ANSI, NEC, OSHA) and industry standards.
- Trade workers must be Washington state certified with a minimum of 5 years of experience.
- Field verification of all conditions, elevations, and dimensions prior to proposal submission.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Set-Aside: Total Small Business Set-Aside.
- Place of Performance: Naval Hospital Bremerton, Building 01, Room S301, Bremerton, WA 98312.
- Period of Performance: Delivery expected 30 Days After Receipt of Order (ARO).
- Questions Due: April 6, 2026, 11:00 AM Pacific Time.
- Quotes Due: April 10, 2026, 3:00 PM Pacific Time.
- Published Date: April 2, 2026 (Amendment 1).
Submission & Evaluation
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering price, technical, and past performance. Technical acceptability is required, and offers rated "Unacceptable" in any factor may be ineligible. Quotes must include a unit price for each item and a total firm-fixed price, including all applicable taxes and shipping and handling costs (FOB Destination). Quotes must be submitted via email to nickolas.e.romero.civ@health.com, with the RFQ# HT941026Q2019 in the subject line.
Additional Notes
Offerors must be registered in the System for Award Management (SAM.gov) prior to award. The NAICS Code is 238210 - Electrical Contractors and Other Wiring Installation Contractor, with a small business size standard of $19,000,000.00. Quotes should be in electronic PDF or Excel format, formatted on 8 ½ by 11 inch page in 12 point Times New Roman font. Applicable FAR and DFARS provisions and clauses are incorporated by reference.