AeroNOx 2.0, Portable Nitric Oxide Titration & Monitoring System
ID: W81K0225QA021Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking to procure the AeroNOx 2.0, a portable nitric oxide titration and monitoring system, through a sole source award to INTERNATIONAL BIOMEDICAL, LTD. This procurement is intended to support the Medical Readiness Contracting Office – Pacific and Tripler Army Medical Center in Hawaii, emphasizing the critical need for this specialized medical equipment in military healthcare settings. The contract will be awarded under the authority of FAR 13.106-1(b)(1), allowing for a non-competitive procurement due to the unique nature of the required product. Interested parties can direct inquiries to Keary Haubner at keary.t.haubner.civ@health.mil or by phone at 808-433-9536, although this notice does not obligate the government to award a contract or provide feedback on submissions.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    INHALED NITRIC OXIDE
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Inhaled Nitric Oxide from INO Therapeutics through a sole source negotiation, as outlined in their Special Notice. This procurement aims to ensure continuous access to inhaled nitric oxide gas, delivery systems, and related consumables, which are critical for uninterrupted patient care at the Cleveland Veterans Affairs Medical Center. The selected supplier will be responsible for managing timely cylinder exchanges, equipment calibration, and supply replenishment, all while adhering to FDA regulations and safety protocols. Interested parties may submit their capabilities for consideration by December 10, 2025, at 5 PM EST, although the decision to open the requirement to competition will be at the discretion of the Government. For further inquiries, contact Rachelle Hamer at rachelle.hamer@va.gov or call 216-447-8300.
    Notice of Intent to Award Sole Source - Technelite® Generators Mo99/Tc99m and Xenon 133 Gas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, intends to award a sole source contract to Lantheus Medical Imaging, Inc. for the procurement of Technelite® Generators Mo99/Tc99m and Xenon 133 Gas. This contract is essential for the compounding of various radiopharmaceuticals within the Nuclear Medicine Pharmacy at Brooke Army Medical Center, located at JBSA Fort Sam Houston, Texas. The goods are critical for medical applications, particularly in nuclear medicine, where they play a vital role in diagnostic imaging and treatment. The contract is expected to be awarded on or about January 1, 2026, and interested parties may direct inquiries to Patrick Thielemann at patrick.a.thielemann.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@mail.mil.
    Notice of Intent to Sole Source – Roberts Oxygen Co.
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Roberts Oxygen Co. Inc. for the provision of liquid nitrogen essential for maintaining safe and quality patient care at the NIH Clinical Center. This procurement involves the delivery of liquid nitrogen and rental of nitrogen tanks, which are critical for the manufacturing and storage of cell therapies, directly impacting patient treatment timelines and clinical trial efficacy. The acquisition is being conducted under FAR Part 13, allowing for a sole source award due to the unique requirements and existing infrastructure that would make vendor changes prohibitively expensive and disruptive. Interested parties may submit their capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by December 12, 2025, at 12 PM EST.
    GEM4000 Analyzer Repair
    Buyer not available
    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.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Sole Source - Urine Analyzers for NHCH
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.