Medical Equipment Maintenance Service, 3-year IDIQ
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Feb 24, 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
Solicitation: W911YP26RA004
Agency: Utah Army National Guard, USPFO for Utah P&C
Place of Performance: Utah Army National Guard
Subject: G4 Medical Equipment Maintenance Service, Three-year IDIQ
Response Due Date: 7:00 AM (Mountain) 24 February 2026
Contracting POC: Mr Otha Henderson; Email: otha.b.henderson.civ@army.mil .
Description:
This requirement is being solicited as a total small business set-aside. Only quotes from SAM.gov registered small business will be accepted.
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.
The Utah Army National Guard has a requirement for medical equipment maintenance and wishes to award a three-year IDIQ (plus six-month extension) under this combined synopsis/solicitation. This is being issued as a Request for Proposals (RFPs). This requirement is being solicited as total small business set-aside under NAICS code 811210, Other Individual and Family Services, which has a small business size standard of $34,000,000.00
(https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). For vendors’ proposals to be
Considered you must be registered in SAM.GOV under this NAICS code or one very similar. Your company must also demonstrate you have done work on similar projects that demonstrates you have the knowledge and expertise to provide maintenance on medical equipment. This requirement is subject to availability of funds, pursuant to FAR 52.232-18.
Please see the attached Performance Work Statement (PWS), semi-annual service list and annual service list for details regarding medical equipment maintenance. In addition to the requirements in the attached documents, potential vendors must also demonstrate they hold the necessary experience and hold certifications or licenses (if any) customary or potentially required by the manufacturer to servicing and maintaining the medical equipment. Service will be performed according to schedule throughout the respective period of performance, not performed and billed en masse up front.
Set-Aside / FAR Regulation:
Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
Contract Type / Multi-Year IDIQ / Evaluation Criteria:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) for three on-year ordering periods. A final six month ordering period may be used at the end of the contract in order to plan for and award the next contract. Proposals covering the full three-year and six-month total order periods are requested. Award will be made for pricing for all three-year and six-month ordering periods. There will also be a guaranteed minimum award that will be determined by the government upon award and will be based on pricing provided in proposals. Award will be based on an all or none basis using best value trade-off evaluation criteria. Proposals will first be evaluated to meet technical acceptability of all the specifications outlined in the attached PWS and supporting documents and any additional information within this description. A fully detailed technical proposal must be submitted, not just positive statements that you will meet the requirements. The technical proposal will be rated as acceptable or not acceptable. Next, past performance and experience will be evaluated. Specific examples of past performance experience relating to providing medical equipment maintenance along with proof of any licensing, certification or qualification will be submitted. Past performance and experience will be rated on relevancy with a rating of relevant, not relevant, or neutral; and currency with a rating of current, very current, or neutral. If a vendor has no relevant or current past performance, the vendor will not receive an unfavorable rating but will be rated neutral and not have that count against them. The best value evaluation is intended to determine the best fit for the requirement and may result in award to other than the lowest price in accordance with FAR 15.101-1.
SAM Registration:
All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the government, including active registration in SAM and WAWF, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE and Unique Entity Identification Number (UEIN), federal tax number, and must include point of contact information.
IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.
IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Proposals:
All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 7:00 am (Mountain) 24 February 2026. All submissions should be sent via email to: otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer the questions prior to the closing of this posting. Questions received after 16 February 20206 will not be answered. Responses received after the stated deadline will be considered non-responsive and will not be considered.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.