Notice of Intent to Award Sole Source
ID: 0012245843Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Getinge USA for the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital located in Fort Riley, Kansas. This contract, which is justified under FAR § 13.106-1(b)(1) due to the unique capabilities of Getinge USA as the sole authorized service provider, is essential for ensuring continuous operation of critical medical equipment, thereby supporting patient care. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with options extending to 2028, potentially raising the total value to $65,218.44. For further inquiries, interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a memorandum for the maintenance and repair of sterilizers and boilers for the Irwin Army Community Hospital (IACH) at Fort Riley, Kansas. The Fort Cavazos Health Contracting Branch plans to award a new contract to Getinge USA Sales, LLC for non-personal services related to two sterilizers and two integrated boilers owned by the government. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with two additional option periods extending to 2028, raising the total value to $65,218.44 if a six-month extension is exercised. Getinge USA is the sole authorized service provider for this equipment, as only certified personnel can maintain it without voiding warranties. Market research confirms a lack of other qualified vendors, emphasizing the urgency of continuous service to avoid negative impacts on patient care. Consequently, the justification for limiting competition is based on the unique capabilities of Getinge USA, the urgency of repairs, and the necessity of proprietary parts. The contracting officer's determination aligns with federal acquisition regulations, underscoring thorough due diligence and the prioritization of service continuity for military medical operations.
    The Fort Cavazos Health Contracting Branch (CavHCB) plans to award a sole source contract to Getinge USA for non-personal services related to the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital, Fort Riley, Kansas. The contract, not exceeding the simplified acquisition threshold, is justified under FAR § 13.106-1(b)(1) due to the circumstances indicating only one source is reasonably available. The anticipated award date is around March 14, 2025, and the relevant NAICS code for this service is 811210, focusing on electronic and precision equipment repair. The document specifies that this notice is not a request for competitive proposals and emphasizes that no inquiries will be entertained regarding this sole source award. This action reflects the government's discretion in determining the necessity and suitability of contracting with a single provider.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    Service Maintenance for the Government-owned ENT Fusion Navigation System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to Medtronic USA, Inc. for service maintenance and repair of the Government-owned ENT Fusion Navigation System located at Evans Army Community Hospital in Ft Carson, Colorado. This procurement aims to ensure the continued operational readiness of critical medical equipment essential for ENT procedures. The contract will be a Firm-Fixed-Price type, with an expected award date by May 25, 2025, and is classified under NAICS code 811210, which pertains to Electronic and Precision Equipment Maintenance, with a size standard of $34 million. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Lornia Villalobos at lornia.j.villalobos.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil.
    J065--Karl Storz Service Agreement | Base and 1OY Columbus VAACC Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to negotiate a sole-source Firm-Fixed Price Contract for a service agreement with Karl Storz Endoscopy America, specifically for the Columbus VAACC facility. This procurement aims to secure specialized maintenance and repair services for Karl Storz surgical equipment, which is critical for ensuring the operational readiness and effectiveness of medical procedures at the facility. Interested contractors are invited to submit a capabilities statement by February 28, 2025, at 10:00 AM Eastern Time, directed to Contracting Officer Michael Groneman and Contracting Specialist Andrew Arnst via email. Please note that the government will not reimburse any costs incurred in the submission process.
    J065--Steris PM Chamber Cleaning Services
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Steris PM Chamber Cleaning Services through a sole source contract, aimed at maintaining the operational integrity of sterilization equipment used in healthcare facilities for veterans. The contract will cover the cleaning of seven Amsco 400 Series sterilizers six times a year, ensuring compliance with OEM standards and federal regulations, with a base period of 12 months starting from May 1, 2025, and options for four additional years. This procurement is critical for ensuring the cleanliness and safety of medical equipment, thereby supporting the quality of care provided to veterans. Interested contractors must submit capability statements by February 26, 2025, and can direct inquiries to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    Preventive Maintenance - Steelco medium sized steam sterilizer autoclave and Sussman SSB-72 72kW electric Instruments
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventive maintenance services for a Steelco medium-sized steam sterilizer autoclave and a Sussman SSB-72 72kW electric instrument. The contractor will be responsible for providing qualified labor, materials, and equipment for regular maintenance, repairs, and emergency services over a potential five-year period, ensuring compliance with safety standards and operational readiness in a critical medical research environment. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and has a maximum award amount of $12.5 million, with proposals due by the specified deadline. Interested parties can contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.