Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
ID: HT941025N0071Type: Sources Sought
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 3:30 PM UTC
Description

The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.

Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Defense Health Agency Contracting Activity (DHACA) intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for maintenance services related to the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa (USNHO), Japan. This decision is based on Federal Acquisition Regulation guidelines indicating that only one source can meet the necessary service requirements. The contract includes comprehensive preventive maintenance, inspection, and calibration to ensure the system meets manufacturer specifications. Grifols is uniquely qualified due to the proprietary nature of the equipment, with maintenance requiring specialized tools and training exclusive to authorized personnel. The contract will be for one base year with four optional years, running from August 2025 to August 2030. The notice emphasizes that this is not a competitive solicitation and invites interested parties to submit capability statements by a specified deadline. The document serves to streamline procurement while addressing specific operational needs of military healthcare facilities, highlighting the importance of exclusive service agreements in specialized healthcare technology maintenance.
Apr 1, 2025, 4:05 PM UTC
The Statement of Work (SOW) outlines the requirements for preventive maintenance of the Procleix Panther Nucleic Acid Test System at the Pacific Command Armed Services Blood Bank Center (PACOM ASBBC) in Okinawa, Japan. This system is crucial for screening donated blood for various viruses and requires specialized annual onsite maintenance not available locally. The contractor will provide telephone technical support, emergency maintenance, and preventive maintenance every six months, performed by qualified technicians. Each maintenance visit will involve a detailed checklist to ensure comprehensive service and documentation. The contractor is responsible for all replacement parts, which must be OEM, and will bear all associated costs. Maintenance records need to be documented meticulously for future verification. The government will facilitate access to the necessary equipment and provide all required travel accommodations for the contractor's personnel. This contract spans from August 2025 to August 2030, with the potential for renewal in subsequent years. Overall, the SOW emphasizes the importance of ensuring the operational efficiency of medical testing equipment to support public health initiatives in the Indo-Pacific region.
Similar Opportunities
Coagulation Analyzer Preventative Maintenance
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for preventative maintenance services for coagulation analyzers at the U.S. Medical Military Treatment Facility in Yokota, Japan. The contract will be awarded to Instrumentation Laboratory Japan Co., LTD., which is uniquely qualified to provide these essential services, including on-site maintenance, labor, travel, and calibration expenses, in accordance with the manufacturer's instructions. This contract is critical for ensuring the operational readiness of medical equipment vital to military health facilities, with a performance period from May 1, 2025, to April 30, 2030. Interested vendors may submit capability statements to Marcela Cervantes at marcela.cervantes.civ@health.mil by 10:00 PDT on April 14, 2025, to demonstrate their ability to meet the requirements.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.
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.
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.
Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure equipment maintenance and repair services for Quantulus Liquid Scintillation Counters and Nucleic Acid Processors on a sole source basis with Revvity, Incorporated. The contract will cover annual preventive maintenance, repair services, parts replacement, and one emergency visit per year for specific models of PerkinElmer Quantulus GCT and Chemagic Nucleic Acid Processors, with a term of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in health care administration and public health research. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to Monica Perez at monica.c.perez3.civ@health.mil, detailing their qualifications and ability to meet the specified requirements.
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.
6632 - GlycoCheck System AR
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure a GlycoCheck System AR through a single award contract with firm-fixed-price provisions. This procurement is intended to support the Naval Submarine Medical Research Laboratory (NSMRL) located in Groton, Connecticut, and is limited to brand name products from the original equipment manufacturer (OEM), Bioregenx. The solicitation is being conducted in accordance with FAR 12 and FAR 13, emphasizing the importance of the GlycoCheck System AR for medical laboratory analysis. Interested vendors must ensure they are registered in the SAM database and submit their signed quotes electronically to Larissa Benoit at larissa.benoit@navy.mil, as any lack of registration will render offers ineligible for award.
MSD QuikPlex PM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a service plan for the MESO QuickPlex SQ 120 System, as outlined in Combined Synopsis/Solicitation N0017825Q6735. The procurement aims to secure a Total Service Package that includes pre-contract inspection, maintenance, technical support, and necessary software or hardware upgrades for the instrumentation over a 12-month period, with an option for an additional year based on performance. This service is critical for ensuring the operational readiness and quality assurance of the equipment used in defense applications. Interested contractors must submit their quotations by April 15, 2025, with an anticipated award date by May 15, 2025. For further inquiries, contact Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
Notice of Intent to Sole Source - AB SCIEX Instrument Maintenance
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to procure sole-source maintenance and repair services for AB SCIEX laboratory equipment utilized by the Defense Centers for Public Health – Aberdeen. The objective of this procurement is to ensure the operational integrity of equipment critical for environmental health assessments and medical surveillance, which play a vital role in safeguarding military personnel by analyzing pollutants in water sources. Interested organizations are required to submit a capabilities statement demonstrating relevant experience and technical skills, with the contract expected to be a Firm Fixed Price agreement under NAICS code 811210. For further inquiries, interested parties may contact Benjamin Marcus at Benjamin.t.marcus2.civ@health.mil or Jesse Nisley at jesse.d.nisley.civ@health.mil.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.