SOMED Brand Name BUTTERFLY NETWORK ULTRASOUND
ID: H9242125Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMFORT LIBERTY, NC, 28310, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified small businesses for the procurement of six Backpackable Ultrasound units (Butterfly IQ3) for military applications. This solicitation emphasizes the need for specific brand-name equipment due to unique operational requirements, particularly for surgical care in austere environments. The procurement aims to enhance operational readiness by ensuring the availability of reliable medical technology, with a total small business set-aside to encourage participation from service-disabled veteran-owned and women-owned firms. Interested vendors must submit their electronic quotes by July 21, 2025, with questions due by July 18, 2025, and can contact SFC Jeffery Modlin at jeffery.s.modlin.mil@socom.mil or SSG Jaquan Crouell at Jaquan.l.crouell.mil@socom.mil for further information.

    Files
    Title
    Posted
    The document outlines a justification and approval (J&A) for a limited source procurement related to the Special Operations Surgical Medical Support (SOMEDD) unit's need for a specific handheld ultrasound device. The justification cites the unit's unique mission requirements that necessitate surgical care in austere environments. The selected handheld ultrasound was chosen for its compact size, weight, and compatibility, unlike other devices that have unnecessary features or require Bluetooth connectivity. Efforts to increase competition included market research, revealing that an authorized reseller offers this device through GSA Advantage, along with other options in open market contexts. The report indicates existing issues with SOMEDD’s inventory of comparable devices, including older models nearing the end of life and higher costing alternatives that are unsuitable for the unit's operational conditions. The contracting officer certifies that the justification is accurate and that the anticipated cost for this procurement will be fair and reasonable, citing the calculated techniques for price analysis. This document serves to formalize the need and approval process for this procurement, reaffirming SOMEDD's operational readiness in critical scenarios.
    The document outlines an amendment to a solicitation under federal procurement guidelines, specifically extending the deadline for vendor submissions. Originally, only one quote was received, prompting a reposting of the solicitation to allow additional bids. The new deadline is set for July 21, 2025, at 10:00 AM EST, with questions due by July 18, 2025. Key procedural changes include specific instructions for email submissions to the designated contracting personnel, emphasizing the necessity for vendors to provide technical descriptions, terms of warranty, pricing, and compliance with SAM Registration. Additionally, the document reiterates the importance of acknowledgment of any solicitation amendments to avoid bid rejection. The aim of this amendment is to promote increased competition and ensure the government receives adequate options for fulfilling its procurement needs. This process is a crucial aspect of federal RFP management, demonstrating the government's commitment to transparency and public engagement in contract opportunities.
    The document pertains to solicitation H9242125Q0013 for SOMMED Ultrasound, presenting a series of questions and answers related to the government's request for proposals (RFP). It outlines inquiries posed by potential vendors and provides official government responses, crucial for clarifying expectations and requirements associated with the RFP. The interaction between the government and respondents highlights key procurement details, such as specifications for the ultrasound equipment and submission guidelines. This exchange is designed to ensure that all vendors understand the technical and administrative aspects of the proposal, facilitating an informed bidding process. The document illustrates the government's commitment to transparency and thorough communication in its procurement activities, which is essential for successful contract awards and project implementation. The structured format of questions and answers indicates an organized approach to addressing vendor concerns and promoting competitive proposals, ultimately aimed at enhancing service delivery through effective vendor partnerships.
    The document outlines Solicitation Number H9242125Q0013 by the United States government for the procurement of six Backpackable Ultrasound units (Butterfly IQ3) for military use. Issued by HQ USSOCOM and due by June 30, 2025, it specifies that the acquisition targets small businesses, particularly service-disabled veteran-owned and women-owned firms. The submission process requires electronic quotes to be sent to designated government contacts by a specified deadline, including technical descriptions and pricing details. Key evaluation criteria include technical acceptability, delivery capabilities, and price reasonableness, with a strong emphasis on the brand name requirement. Offerors must demonstrate compliance with numerous regulations concerning business ethics, child labor, and ownership structure. The document includes detailed clauses on representations and certifications, addressing compliance with federal laws and criteria for selecting award recipients. The overall intent is to facilitate reliable acquisition processes while supporting small business participation in government contracts.
    The document details a Request for Proposal (RFP) related to the procurement of handheld ultrasound devices for government use. It highlights that market research was conducted on five different models, resulting in one device being selected for further consideration, while four other candidates were deemed unsuitable based on their features and performance. Additionally, the document includes space for multiple points of contact (POCs) with designated sections for names, cell numbers, and email addresses to facilitate communication with the contracting office for clarifications or additional information. Overall, the content reflects the due diligence process in evaluating medical technology options within government procurement practices, emphasizing the importance of meeting specific operational criteria without incurring recurring subscription costs for maintenance or software updates.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOFAM 26 Austere/Arctic Medical SME
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified small businesses for the provision of Austere/Arctic Medical Subject Matter Expertise (SOFAM) in Fairbanks, Alaska. The contract, valued at $16,500,000, aims to deliver specialized training in austere and arctic medicine, including the provision of medical expertise, equipment, and Continuing Education Units (CEUs) for Special Operations Command North (SOCNORTH) from January 4-30, 2026. This opportunity is critical for enhancing the operational readiness of military personnel in extreme environments, necessitating contractors to meet stringent qualifications, including certifications in mountain medicine and avalanche safety. Interested parties must submit their proposals by the deadline for questions on December 3, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    Commercial Solutions Opening (CSO) PEO-SDA
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    J&A For Only One Source
    General Services Administration
    The General Services Administration (GSA) is seeking to procure Special Operations Forces Survival Support and Equipment exclusively from Atlantic Diving Supply, the sole U.S. military vendor for these items. This procurement involves Brand Name Special Forces equipment, specifically Inovytec products, aimed at enhancing the lethality, survivability, and mobility of individual operators within the United States Army Special Operations Command (USASOC). The equipment is critical for supporting military operations and ensuring the effectiveness of special forces personnel. For further inquiries, interested parties can contact Laura Demanche at laura.demanche@gsa.gov or Victoria Howland at victoria.howland@gsa.gov.
    ISOF Range 2026
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting the International Special Operations Forces (ISOF) Range 2026, scheduled for April 14-15, 2026, at the Nevada Test and Training Range, NV, with a preliminary "Last Line of Defense" (LLOD) rodeo for counter-unmanned aircraft systems (cUAS) on April 12, 2026. This Request for Information (RFI) invites technology demonstration candidates from various sectors, including private industry, government R&D organizations, and academia, to showcase innovative lethality technologies that address gaps in operational capabilities. The event will feature attendees from U.S. and international Special Operations Forces, government engineers, and contracting officers who will conduct hands-on market research to evaluate technologies in categories such as Weapons, Visual Augmentation Systems, and Precision Strike Systems, with a preference for technologies at Technology Readiness Level (TRL) 7 or higher. Interested respondents must submit their technology applications via the Phoenix Defence website by October 30, 2025, for the first tranche or January 30, 2026, for the second tranche, and should mark proprietary information accordingly; all costs incurred will be the responsibility of the respondents. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    6525--Sonosite ST Ultrasound System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, is seeking quotes for the procurement of one Sonosite ST Ultrasound System, along with necessary accessories, for the Manchester VA Medical Center in Manchester, NH. This procurement is a brand-name-only requirement, emphasizing the unique features and compatibility of the Fujifilm SonoSite system with existing equipment, which is crucial for ensuring patient safety and reducing training and maintenance costs. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns must submit their quotes by December 19, 2025, at 10 AM Eastern Time, to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, with delivery expected within 30 days of order receipt.
    49--CLEANER,ULTRASONIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ultrasonic cleaners, specifically NSN 4940013029065, with a total quantity of six units required for delivery to DLA Distribution. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the commercial and service industry machinery manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.
    Autonomous Resupply Sources Sought/Request For Information
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking industry sources capable of providing autonomous resupply solutions in contested environments across Europe. The objective is to gather information on potential capabilities that can facilitate resupply operations, which are critical for maintaining operational effectiveness in challenging conditions. Interested parties are encouraged to submit a brief description, white paper, or brochure detailing their proposed solutions. For further inquiries, contact Timothy Wilhelm at timothy.g.wilhelm.mil@socom.mil or James Ko at james.ko.mil@socom.mil, as there are no set-aside restrictions for this opportunity.