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 Award a Sole Source BPA
Buyer not available
The Defense Health Agency (DHA) intends to award a Sole Source Blanket Purchase Agreement (BPA) to Broughton Pharmaceuticals, LLC for the procurement of specialty pharmaceuticals, including oral, injectable, and inhalation forms. This procurement is being conducted under FAR 13.501(a)(1), indicating that no competitive solicitations will be available at this time, and it aims to ensure the military healthcare system has access to essential specialized health services and products. Interested parties may submit capability statements by April 30, 2025, at 2:00 PM EST, to the designated contacts, Oneil Sharpe and Mrs. Faatalivale M. Te’o-Lewis, for consideration regarding potential competitive procurement, although the final decision will rest with the government.
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.
GLOBAL NURSE ADVICE LINE RFI/ INDUSTRY DAY
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Global Nurse Advice Line-Next Generation (GNAL-NG), a telehealth service aimed at providing 24/7 access to registered nurses for triage, self-care advice, and care coordination for eligible Military Health System beneficiaries. The contractor will be responsible for delivering high-quality telehealth services, ensuring interoperability with existing military health systems, and achieving specific performance metrics, such as answering calls within 90 seconds and maintaining a low abandonment rate. This initiative is critical for enhancing healthcare delivery within the Military Health System, ultimately improving access to care for service members and their families. Interested parties must submit their proposals in accordance with the specified guidelines by the due date, with the anticipated contract award scheduled for April 2025. For further inquiries, contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or (703) 681-5821.
Neonatal Transportation System (NTS) Removeable Handles
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking sources for the procurement of four Neonatal Transportation System (NTS) Removeable Handles for the United States Naval Hospital Okinawa-Japan's Neonatal Intensive Care Unit (NICU). These handles are essential for both manual movement and securement of neonatal patients during air transport, specifically designed to fit the NTS Stryker configuration. Interested vendors must submit a capability statement by 3:00 PM local time on April 30, 2025, detailing their ability to meet the requirements, with submissions directed to Matthew Teel and Shannon Lertora via email. This opportunity is part of a market research effort and does not constitute a formal solicitation.
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is soliciting proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested parties must submit their quotes via email to Leslie Takayama at leslie.m.takayama.civ@health.mil by April 30, 2025, at 10:00 am HST, with a total contract value limit of $250,000.
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 - CREDO SGR
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center in Yokosuka, intends to award a sole source contract for Chaplains’ Religious Enrichment Development Operations (CREDO) Spiritual Growth Retreats (SGR) in Santa Rita, Guam. The procurement aims to secure a firm fixed price purchase order for the CREDO Spiritual Growth Retreat Tour, which is essential for providing spiritual enrichment to military personnel and their families. This opportunity is governed by Federal Acquisition Regulations and emphasizes that responses must demonstrate clear evidence that competition would be beneficial to the Government. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to direct inquiries to Jason Q. Perez or Rafael Eladio M. Battung via the provided email addresses.
Notice of Intent to Sole Source Rees Temperature Monitoring System Maintenance Services at Travis Air Force Base
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Rees Scientific Corporation for maintenance services of the Rees Temperature Monitoring System at Travis Air Force Base, California. The contract will encompass comprehensive non-personal services, including preventative maintenance, inspection, calibration, and system upgrades to ensure compliance with manufacturer specifications and regulatory requirements. This maintenance is critical for safeguarding temperature-controlled storage of medical substances, particularly in the context of the Armed Forces Whole Blood Processing Laboratory and the 60th Medical Group. Interested vendors may challenge this sole sourcing by submitting capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:00 AM Pacific Daylight Time on May 9, 2025, with the total estimated contract value exceeding $290,000 over a performance period extending to 2031.
Notice of Intent to Sole Source - Dental chair installation services - USNH OKINAWA
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to A-DEC Inc. for the installation of twelve dental chairs and related equipment at the United States Naval Hospital Okinawa, Japan. This procurement involves the de-installation of existing dental chairs and the installation and calibration of new A-DEC dental equipment, which is critical for maintaining operational readiness and ensuring the delivery of safe dental care to eligible beneficiaries. A-DEC Inc. is the only source capable of providing these specialized services due to their status as the original equipment manufacturer, and market research indicates that in-house technicians lack the necessary certifications for this work. Interested vendors may submit capability statements to challenge this determination by 8:00 AM Pacific Daylight Time on April 30, 2025, to Ashley Hodge at ashley.n.hodge4.civ@health.mil.
Notice of Intent to Award a Sole Source
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.