RapidComm
ID: W81K0025Q0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA
Timeline
  1. 1
    Posted Dec 7, 2023, 8:02 PM UTC
  2. 2
    Updated Dec 7, 2023, 8:02 PM UTC
  3. 3
    Due Dec 15, 2025, 3:00 PM UTC
Description

Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Lifecycle
Title
Type
RapidComm
Currently viewing
Sources Sought
Similar Opportunities
Sources Sought Notice- Reagents for Chemisty Immunoassays Test
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is seeking sources for a contract involving the supply of reagents for chemistry and immunoassay testing, along with the lease of two chemistry analyzers and two immunoassay analyzers. The procurement aims to enhance diagnostic capabilities at the William Beaumont Army Medical Center (WBAMC) by providing a customizable laboratory track line, which includes essential modules such as centrifuges, cappers, and a deionized water unit, ensuring reliable and efficient patient care. Interested vendors must submit tailored capability statements and relevant documentation by April 17, 2025, at 10 AM (MST) to the designated contacts, Fabiola Palma-Trujillo and Robyn Villafranco, via email. This opportunity is part of the government's market research and does not constitute a commitment to contract.
Microbial Identification System (MIS)
Buyer not available
The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
Vasculab GSX FDA K131860 (Brand Name or Equal) Non-invasive physiologic testing system
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a non-invasive physiologic testing system, the Vasculab GSX or an equivalent model, to evaluate peripheral artery disease (PAD) for the Vascular Department at Madigan Army Medical Center in Tacoma, Washington. The procurement aims to replace an aging system that has exceeded its life expectancy and is experiencing performance issues, emphasizing the need for a reliable and technologically advanced solution that includes features such as a 12-channel multi-port inflator, ergonomic design, and advanced connectivity capabilities compliant with IAC standards. Interested small businesses are encouraged to respond to this sources sought notice by submitting their capabilities and relevant information via email to Brittany Chartier at brittany.n.chartier.civ@health.mil, with the intent to potentially set aside the contract for small business participation. Responses are due by the specified deadline, and further details can be found in the attached draft salient characteristics document.
W81K00-25-Q-A019 - Solicitation Amendment 0001 for a Cost-Per-Test (CPT) Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Cost-Per-Test (CPT) Agreement to conduct testing for four pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. The procurement includes the provision of reagents, instruments/equipment, consumables, controls, and necessary services such as maintenance of furnished equipment, highlighting the critical role of these pathogen panels in healthcare diagnostics. The deadline for proposal submissions has been extended to April 23, 2025, at 4:00 PM CST, and interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or 210-539-8525 for further information.
6515--Qmatic System Upgrade | Brand Name Only
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors for the upgrade of the Qmatic system at the Michael E. DeBakey VA Medical Center in Houston, Texas. This Sources Sought Notice aims to identify potential sources for a procurement strategy that may include Service-Disabled Veteran-Owned Small Business (SDVOSB) set-asides, sole source, or unrestricted approaches, focusing on the Qmatic Orchestra 7 upgrade and related services. The upgrade is critical for enhancing patient management capabilities, improving workflow, and increasing patient satisfaction through features such as real-time notifications and digital displays. Interested parties must submit their responses, demonstrating their business size and socio-economic status, to Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov by 4:00 PM CST on April 14, 2025.
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 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.
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.
Medical Training Command and Control (MT-C2) Continuation
Buyer not available
Sources Sought DEPT OF DEFENSE Medical Training Command and Control (MT-C2) Continuation The U.S. Army Program Executive Office for Simulation Training and Instrumentation (PEO STRI) Joint Project Manager for Medical Modeling and Simulation (JPM MMS) Product Manager, Medical Simulation (PdM MedSim) is seeking potential sources to produce a Medical Training Command and Control (MTC2) System. The MT-C2 System is a control center that will allow remote training platform management within the Army's standardized Medical Simulation Training Centers (MSTCs). The system will enable manipulation of training environments, integration of medical scenarios, control of mannequins, and audio video surveillance and recording. The goal is to provide standardized medical training across all fielded sites. The government is considering small businesses for this requirement.