Neonatal TPN Compounding and Methemoglobin Testing
ID: HT941025N0022Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Guam Regional Medical City (GRMC) for Neonatal Total Parenteral Nutrition (Neo-TPN) and Methemoglobin Testing services at Naval Hospital Guam. This contract aims to support the establishment of a new Neonatal Stabilization Unit, which will provide critical care for neonates requiring specialized nutritional formulations and urgent laboratory testing. The unique geographical constraints of Guam limit the availability of alternative suppliers, making GRMC the sole provider capable of delivering these essential services tailored to the needs of critically ill infants. Interested vendors must submit capability statements to Merlinda Labaco at merlinda.m.labaco.civ@health.mil by January 30, 2025, at 1:00 PM Pacific Standard Time, as this notice is not a request for competitive proposals.

Files
Title
Posted
The government file addresses the necessity for non-competitive procurement regarding Neonatal Total Parenteral Nutrition (neo-TPN) and methemoglobin testing, specifically at Guam Regional Medical City (GRMC). It outlines the urgency and specialized requirements for neonatal care that GRMC alone can fulfill due to its capacity to provide tailored solutions for critically ill infants and the geographical constraints limiting other suppliers. The document emphasizes the unique needs of neonatal TPN, which necessitates customized formulations based on individual patient conditions, and highlights the logistical challenges of importing such specialized medical solutions to Guam. Furthermore, it discusses methemoglobin testing requirements, noting that only GRMC possesses the specialized equipment to conduct these tests promptly, essential for urgent medical care. Market research conducted by contacting local healthcare facilities confirmed GRMC as the sole provider capable of delivering these critical services. Overall, the document justifies the selected non-competitive procurement to ensure timely and quality healthcare delivery for neonates in a constrained environment. The need for this process is rooted in both unique medical needs and logistical realities specific to the region.
Jan 16, 2025, 4:04 AM UTC
The Defense Health Agency's Contracting Activity intends to award a sole source contract to Guam Regional Medical City (GRMC) for Neonatal Total Parenteral Nutrition (Neo-TPN) and methemoglobin testing services. This contract supports the establishment of a new Neonatal Stabilization Unit at Naval Hospital Guam, which will provide critical care for neonates. GRMC is the only facility on Guam capable of providing the specialized Neo-TPN formulations tailored for critically ill infants, due to geographical limitations and the complexity of the required services. Additionally, GRMC possesses the necessary equipment for methemoglobin testing, which is essential for urgent neonatal care. The notice emphasizes that this is not a request for competitive quotes, and any interested vendors must submit a capability statement to demonstrate their ability to meet the requirements. Responses to this sole source notification will assist the government in deciding whether to proceed with a competitive procurement process. The deadline for vendor challenges is set for January 30, 2025, at 1:00 PM Pacific Standard Time, with a strict prohibition on telephone inquiries.
Jan 16, 2025, 4:04 AM UTC
This document outlines the Performance Work Statement (PWS) for a non-personal services contract with the Department of Defense's Defense Health Agency, focusing on providing Neonatal Total Parenteral Nutrition (neo-TPN) and Methemoglobin Testing at Naval Hospital Guam. The contractor is responsible for supplying all necessary personnel, materials, and equipment, except for specified government-furnished services like transportation of TPN and samples. The PWS specifies objectives including the provision of standard and custom TPN formulations available seven days a week, along with laboratory services for methemoglobin testing 24/7. Quality assurance measures and compliance with various security and privacy guidelines (including HIPAA) are essential components of the contract. Contractor personnel must adhere to stringent identification protocols and are required to complete a Non-Disclosure Agreement. The document is structured into sections detailing general information, the scope of services, specific tasks, definitions and acronyms, and contractor responsibilities. Overall, it aims to ensure high-quality medical support for critically ill neonates while adhering to regulatory compliance and security standards in the execution of these critical health services.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
Genetic Testing Services for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.
Notice of Intent to Sole Source - Blood Analyzers
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.
Intent to Sole Source - 36 MXS Burner Table
Buyer not available
The Department of Defense, specifically the 36th Contracting Office at Andersen Air Force Base in Guam, intends to award a sole source contract for the procurement of Burner Training Tables from Babington Technology, Incorporated. This acquisition includes four Burner Training Tables, one Burner Drain Table, and five Heat Treated Crates, with a total estimated value of $32,679.83, which encompasses shipping costs to Guam. The specialized equipment is critical for safe training involving hazardous materials and is uniquely compatible with existing Airtronic burners, ensuring compliance with rigorous safety and operational standards. Interested parties may submit capability statements or proposals by April 24, 2023, at 3:00 PM Chamorro Standard Time, to A1C Keegan Tunnicliff or Mr. Lee Michael Rosario via their provided email addresses.
Thermo Electron Chromatography System Service Maintenance
Buyer not available
The Department of Defense's Defense Health Agency intends to award a sole source contract to Thermo Electron North America LLC for the maintenance and repair of three Ion Chromatography Systems at the Navy Environmental Preventive Medicine Unit in San Diego, California. The contract, which is set to run from April 15, 2025, to January 22, 2026, requires the contractor to perform at least one annual preventive maintenance service, provide unlimited technical support, and ensure the systems remain operational at optimal levels. This procurement is critical for maintaining the functionality of essential health monitoring systems within the military health infrastructure, classified under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance. Interested parties may submit capability statements to challenge the sole source intent by April 11, 2025, and should direct inquiries to Jane Pamintuan at jane.pamintuan.civ@health.mil or call 210-952-7084.
Notice of Intent to Sole Source_ CN Bio Innovations
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source contract to CN Bio Innovations Limited for the procurement of a PhysioMimix Organ-on-a-Chip (OOC) Multi-Organ Standard System and a Full System. This specialized equipment is required to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) and must facilitate advanced organ modeling, including adjustable perfusion and fluidics, 3D organ model formation, and automation for long-term experiments. The systems will include necessary accessories and training for personnel, with a warranty period of two years post-delivery. Interested vendors may challenge this sole-source determination by submitting a capability statement by April 14, 2025, and inquiries should be directed to Matthew Gembe at matthew.w.gembe.civ@health.mil or by phone at 301-619-1350.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.