Notice of Intent to Award Sole Source to California Department of Public Health
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCY HCD WESTCAMP PENDLETON, CA, 92055, USA

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Radiopharmaceutical Pluvicto, Locametz, Lutathera and Netspot Injections
    Buyer not available
    The Defense Health Agency (DHA) is planning to award a sole source, firm fixed-price Blanket Purchase Agreement to Novartis Pharmaceuticals Corporation for the provision of radiopharmaceutical injections, specifically Pluvicto, Locametz, Lutathera, and Netspot, for use at the Nuclear Medicine Division of the Naval Medical Center San Diego and other Medical Treatment Facilities. These injections are critical for emergency treatments, and the contract will be executed under the NPC FSS Contract: 36F79720D0180, as Novartis is deemed the only source capable of fulfilling the government's requirements. The period of performance for this contract is set from January 5, 2026, to January 4, 2031, and while this notice does not solicit competitive proposals, interested vendors may submit capability statements by December 9, 2026, to contest the sole source determination. For further inquiries, vendors can contact CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil or Tracy Robinson at tracy.m.robinson18.civ@health.mil.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    Notice of Intent to Sole Source - Health Facilities Accreditation Services
    Buyer not available
    The Defense Health Agency (DHA) intends to negotiate a sole source contract with The Joint Commission for Health Facilities Accreditation Services, which will support the accreditation of various medical facilities within the Military Health System. This procurement encompasses the accreditation of at least 46 hospitals, 87 ambulatory clinics, one home health program, and 35 behavioral health clinics, with potential expansions for additional clinics. The services are critical for maintaining compliance and enhancing clinical quality improvement across DHA Medical Treatment Facilities, and interested parties may submit capability statements to the Contract Specialist, Mary Anne Young, at mary.a.young138.ctr@health.mil by December 5, 2025, at 12:00 PM EST.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Buyer not available
    The Department of Defense, specifically the Naval Medical Center San Diego, is seeking to procure an automated clinical chemistry laboratory analyzer and associated supplies from Roche Diagnostics Corporation on a limited source basis. This procurement is essential to ensure uninterrupted patient care while transitioning to a new health information system, MHS Genesis, which requires the integration and validation of the new analyzer system. The estimated contract value is $749,000 for a six-month period, from January 10, 2023, to June 30, 2023, with the primary contact for inquiries being Dernell Wade at dernell.w.wade.civ@mail.mil or 702-881-8104.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Buyer not available
    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.
    Hologic Covid Testing Supplies
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    Notice of Intent to Sole Source - Automated Call Distribution (ACD) System at Navy Medicine Readiness and Training Command (NMRTC) Naples, IT
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for an Automated Call Distribution (ACD) System at the Navy Medicine Readiness and Training Command (NMRTC) in Naples, Italy. This procurement aims to modernize and streamline the call management process for the NMRTC Naples Call Center, requiring capabilities such as automated call routing, integration with existing VOIP infrastructure, and compliance with HIPAA and DOD cybersecurity standards. The contract will be awarded to MCS of Tampa, Inc., unless other capable sources are identified, with capability statements due by 1600 hours EDT on December 5, 2025, submitted via email to Benjamin Reichlin at benjamin.s.reichlin.civ@health.mil.