Neonatal TPN Compounding and Methemoglobin Testing
ID: HT941025N0022Type: Combined Synopsis/Solicitation
AwardedFeb 18, 2025
$250K$250,000
AwardeeGUAM HEALTHCARE DEVELOPMENT, INC. Dededo GU 96929 USA
Award #:HT941025A0004
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
    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.
    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.
    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.
    Similar Opportunities
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    Intent for Sole Source Procurement of Accreditation Services for Graduate Medical Education
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to the Accreditation Council for Graduate Medical Education (ACGME) for accreditation services related to its graduate medical education programs. This contract, set to begin on January 1, 2026, will cover a one-year period and is essential for ensuring that DHA's residency and fellowship programs meet the necessary educational standards for training physicians. ACGME, as the sole accreditor for graduate medical education in the United States, plays a critical role in maintaining the quality of medical training and ultimately the safety and quality of care provided to patients. Interested parties can reach out to John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further information.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, specifically the Madigan Army Medical Center, is conducting market research to identify qualified vendors capable of providing comprehensive Radiopharmaceutical Laboratory Services (RLS). The procurement aims to ensure that vendors can meet stringent requirements, including compliance with FDA standards, The Joint Commission accreditation, and the ability to deliver a range of specified radiopharmaceuticals on a 24/7 basis, including urgent requests. These services are critical for supporting medical operations that rely on radiopharmaceuticals for diagnostics and treatment. Interested parties must submit their capability statements to Cindy Means and Scott Barr by December 19, 2025, at 4:00 PM Pacific Time, detailing their qualifications and ability to meet the outlined requirements.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.