Bio Medical Test Equipment Maintenance 633rd Medical Group Langley AFB
Combined Synopsis Solicitation from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 25, 2026. Industry: NAICS 811210 • PSC J065.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 811210
Description
This is a combined synopsis solicitation for Bio Medical Test Equipment maintenance, calibration and certification at the 633rd Medical Group at Langley-Eustis Air Force Base in Hampton, Virginia, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” as supplemented with additional information included in this notice.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Health Agency (DHA) has issued a Combined Synopsis/Solicitation (HT940626QE011) for bio medical test equipment maintenance, calibration, and certification for the 633rd Medical Group at Langley–Eustis Air Force Base in Hampton, Virginia. The notice is structured under FAR Subpart 12.6 streamlined commercial procedures and uses PSC J065 with NAICS 811210. The acquisition is identified as an SBA set-aside, signaling small business eligibility is central to award consideration. Offers are due by 2026-02-25 at 16:00 UTC, and the detailed requirements appear to be in the four SAM.gov resource attachments.
Acquire commercial services to maintain, calibrate, and certify biomedical test equipment for the 633rd Medical Group at Langley–Eustis AFB (Hampton, VA) using FAR 12.6 streamlined procedures (Combined Synopsis/Solicitation HT940626QE011).
- Review SAM.gov attachments tied to notice 64bea5fe2d2549549f9989ece954a1b6 to extract: equipment list, calibration/certification standards, required frequencies, required response times, and any reporting/documentation templates.
- Provide recurring preventative maintenance and scheduled calibration services for biomedical test equipment supporting the 633rd Medical Group.
- Perform certifications (and provide certificates/labels as required) after calibration/verification activities.
- Perform corrective maintenance/repair as required (scope, parts, and authorization process to be confirmed in attachments).
- Provide documentation deliverables: calibration reports, certificates of calibration/certification, and any asset history updates required by the medical group (exact format/tooling to be confirmed in attachments).
- Coordinate onsite work at Langley–Eustis AFB in Hampton, Virginia, including base access and scheduling with the 633rd Medical Group.
- A complete quotation/offer responding to Combined Synopsis/Solicitation HT940626QE011 (follow the attachment instructions).
- Evidence of SBA/small business status consistent with the set-aside noted in the notice.
- Technical approach describing how you will perform maintenance, calibration, and certification for biomedical test equipment at the 633rd Medical Group.
- Quality/control documentation for calibration/certification output (e.g., sample certificate/report format) as required/allowed by the solicitation attachments.
- Staffing plan (onsite coverage model, qualifications) aligned to the equipment and service levels stated in the attachments.
- Pricing/price schedule structured exactly as requested in the attachments (e.g., per device, per service, fixed-price CLINs, or other).
- Any required representations/certifications or completed forms included in the SAM.gov resource attachments.
- Submission confirmation that the offer is received by 2026-02-25T16:00:00+00:00.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Contents of the four SAM.gov resource attachments (scope details, equipment list, deliverables, evaluation and submission instructions).
- Period of performance dates/term (base and any options).
- Place of performance specifics beyond Hampton, Virginia (building/clinic locations, hours, access requirements).
- Required service levels (response time, turnaround time, availability windows).
- Pricing/CLIN structure and allowed contract type (FFP/T&M/parts handling).
- Required standards/accreditations/traceability for calibration and certification and required documentation format.
- Evaluation factors and basis for award.
- Submission method (portal/email) and any mandatory forms/clauses included in attachments.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.