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
QuantStudio 6 Flex
Buyer not available
The Department of Defense, specifically the Naval Medical Research Center, is seeking a sole source contract with Life Technologies Corporation for an annual maintenance and service agreement for the QuantStudio 6 Flex PCR system. This contract will provide essential support for the Naval Medical Research Unit San Antonio's research projects, ensuring minimal disruption to critical operations through one annual preventative maintenance visit and timely on-site service, including remedial repairs with factory-certified parts. The importance of this system lies in its role in gene expression and infection response research, where equipment downtime could significantly impact productivity and mission effectiveness. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further details, as the anticipated period of performance is from FY 25 to FY 26, with a base contract duration of 12 months and no option years.
Biosafety Cabinet Maintenance and Certification BPA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across the Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to supply trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of medical equipment used in military healthcare settings. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.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.
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.
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
Platinum Pro Instrument
Buyer not available
The Department of Defense, through the Naval Health Research Center (NHRC), intends to award a sole-source contract for the procurement of a Platinum Pro Instrument, which is essential for next-generation protein sequencing. This contract will be awarded to Quantum SI, located in Branford, CT, and includes a 12-month manufacturer's warranty along with Platinum® Analysis Software and cloud data storage. The procurement is classified under the NAICS code 334516, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested parties can contact Nick Clarke at nicholas.k.clarke.civ@health.mil or Gaye Jordan at gaye.j.jordan.ctr@health.mil.
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.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
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.