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 is a Total Small Business Set-Aside opportunity for a Firm Fixed Price (FFP) contract. Quotes are due by April 3, 2026.
Purpose & Scope
This opportunity seeks a contractor to provide a complete "turn-key" project for the replacement of two existing Steris AMSCO 400 washer-disinfectors with two new, government-furnished Steris AMSCO 7052HP units and all associated accessories at Naval Hospital Bremerton.
The scope of work includes:
- Removal of existing units and installation of new Steris AMSCO 7052HP washer-disinfectors.
- 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.
- Provision of commissioning reports, equipment manuals, and hot work permits.
- 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.
Special requirements include providing a detailed breakdown of labor and material costs, a preliminary Activities Hazard Analysis (AHA) at submittal, various submittals (schedule, outage requests, material, SDS, NDA, safety plan), and deliverables (as-builts, maintenance schedule, O&M manuals, 1-year warranty). An on-site Project Manager is required, and employees need valid IDs for site access.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Pricing: Free on Board (FOB) Destination
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238210 - Electrical Contractors and Other Wiring Installation
- Small Business Size Standard: $19,000,000.00
- Place of Performance: Building 01, Room S301, Naval Hospital Bremerton, Bremerton, WA 98312.
- Period of Performance: Normal working hours are 7:00 am to 4:00 pm, Monday through Friday, excluding holidays.
Submission & Evaluation
- RFQ Due Date: April 3, 2026, 22:00 UTC (4:00 PM PST)
- Submission Format: Electronic PDF or Excel, 8.5 x 11 inch page, 12 point Times New Roman font.
- Evaluation Factors: Award will be made to the responsible offeror whose quotation is most advantageous, considering price, technical, and past performance. Technical must meet requirements, past performance based on SPRS data, and price must be fair and reasonable. Offers rated "Unacceptable" in any factor may be ineligible.
- Eligibility: Offerors must be registered in SAM.gov and qualify as a Small Business Concern.
Key Clarifications & Site Visit
A site visit is scheduled for March 25, 2026, at 2:00 PM PST. Interested parties must email nickolas.e.romero.civ@health.mil to attend. Recent questions from a customer sought clarification on the 5-year minimum service length for the lead electrician, infection control for pulling new conductors, "room and board" requirements, and the provision of new equipment panel labels. Responses to these questions should be sent to the provided email address.