Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
ID: W81K0225QA009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for the Tripler Army Medical Center in Hawaii. The procurement includes the supply and installation of various medical dispensing cabinets, integrated computers, and associated services such as training and system maintenance, all under a Firm Fixed Price contract. This system is crucial for enhancing the efficiency of medical supply management and ensuring compliance with Department of Defense cybersecurity requirements. Interested vendors must submit their quotations by March 3, 2025, at 10:00 AM HST, and should direct inquiries to Ms. Megumi Kuwada at megumi.kuwada.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the inventory and allocations of medical supplies across various departments within a healthcare facility. It details specific storage locations and supply types, categorized by departments such as Anesthesia, Urology, General Surgery, and others, organized by room numbers and hardware type. For example, supplies are strategically placed in dedicated rooms such as OR supply rooms and clinics, ensuring accessibility for medical staff. The document serves as a comprehensive resource to track the distribution of medical inventory across distinct services and care areas, facilitating effective management of healthcare resources. The main purpose of this document is to maintain an organized system for managing medical supplies in compliance with operational standards. Furthermore, it aligns with government RFPs and grants by ensuring that healthcare facilities can efficiently respond to requests for proposals or funding opportunities that require accountability in the use of supplies and resources. The document signifies a commitment to optimizing health services through meticulous logistical planning and resource management.
    The document lays out guidelines and requirements for contractors participating in federal health care programs concerning exclusion criteria, privacy regulations, and operational standards. Contractors must ensure that employees or entities involved in contract execution do not appear on the Department of Health and Human Services (HHS) OIG's List of Excluded Individuals and Entities. They are required to verify this compliance before and during contract performance, with violations potentially leading to contract termination. Additionally, contractors must adhere to regulations regarding Personally Identifiable Information (PII) and Protected Health Information (PHI), complying with the Privacy Act, FOIA, and HIPAA guidelines. This includes ensuring proper records management, reporting procedures for breaches of data, and training staff on relevant privacy laws. The document emphasizes the importance of maintaining confidentiality and acting swiftly in case of data breaches, with clear reporting protocols to the DHA Privacy Office and necessary notifications to affected individuals. Contractor personnel are also prohibited from using tobacco products in designated medical areas, reinforcing health initiatives within military healthcare facilities. These comprehensive requirements are crucial for maintaining integrity, security, and compliance in federal healthcare contracting.
    The Tripler Army Medical Center requires a comprehensive Point-of-Use (POU) Medical Supply Dispensing System, including equipment, software, cybersecurity, network setup, training, and installation. The contractor will deinstall the existing Omnicell system and ensure proper disposition, coordinating closely with government representatives throughout the project. The POU system will feature various cabinet types, a robust reporting system for inventory management, and compliance with Department of Defense (DoD) cybersecurity requirements. Vendors must participate in a site visit to understand the technical requirements and operational context. Critical activities include ensuring the system's compatibility with existing systems, delivering new equipment, and facilitating training for end-users and system administrators. Maintenance and support will encompass two years of preventive care and rapid response for repairs. The contractor is tasked with ongoing compliance with cybersecurity regulations and proper documentation throughout the project. This RFP aligns with government initiatives to modernize medical supply management, enhance operational efficiency, and maintain adherence to safety and security protocols.
    The DHA Cyber Logistics Center of Excellence outlines comprehensive cybersecurity and Risk Management Framework (RMF) requirements for vendors working with the Defense Health Agency (DHA). This document mandates that vendors comply with federal cybersecurity standards while providing new equipment, software, and services. Key requirements include the establishment of a vendor test environment for compliance testing, adherence to FedRAMP for cloud services, and submission of vulnerability assessments. Continuous monitoring and system security requirements such as patch management and regular technical scans are emphasized. Vendors must provide transparent pricing for initial approvals and ongoing cybersecurity maintenance, bundled into offers. Training and certification for privileged users, along with strict timelines for submitting RMF documentation and the need for approval from government validators before final product delivery, are crucial elements of the agreement. Training includes various cybersecurity protocols, ensuring compliance with frameworks like HIPAA and the Federal Information Security Management Act. This document serves as a critical guideline to ensure that vendors not only meet contractual requirements but also align with the overarching cybersecurity strategy of the DHA, safeguarding sensitive health data and reinforcing regulatory compliance throughout the equipment lifecycle.
    This document details a Request for Proposal (RFP) for the procurement of medical supply dispensing systems for the Tripler Army Medical Center in Hawaii. It outlines various line items, including main and auxiliary cabinets with integrated computers, as well as associated services such as training and system maintenance. The pricing structure presented is firm fixed price and includes delivery and installation requirements, with deinstallation of existing equipment performed in phases. The total quantities of each item required range from 7 to 71, and all components must include services like IT datacenter support and user manuals as stipulated in various performance work statements (PWS). Several clauses related to federal acquisition regulations are incorporated, ensuring compliance with regulations regarding subcontracting, ethical conduct, and safety measures. Inspection and acceptance of the goods will occur at designated locations, and transportation costs will be borne by the contractor. The document's explicit requirements emphasize the government's commitment to maintaining high standards in medical facility operations while adhering to legal and regulatory frameworks relevant to federal contracts.
    Similar Opportunities
    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.
    6515--Omnicell Medication Dispensing
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the procurement of Omnicell medication dispensing systems at the VA Prescott Healthcare System in Prescott, Arizona. The objective of this procurement is to upgrade existing medication dispensing units to ensure compliance with VA network security regulations and extend their usability until 2030, which includes providing the latest operating systems, peripherals, and conducting end-user training. This initiative is crucial for maintaining effective medication management and patient care within the VA healthcare system. Interested vendors must submit their written offers by February 7, 2025, and direct any inquiries to Contract Specialist Victor Oliveros at victor.oliveros@va.gov by February 4, 2025.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotations for pharmaceutical agents as part of its Pharmacy Uniform Formulary Blanket Purchase Agreement and Additional Discount Program, managed by the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the selection and classification of pharmaceutical agents based on clinical and cost-effectiveness for military beneficiaries. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review specific drug classes, including Breast Cancer Agents and Targeted Immunomodulatory Biologics, with quotes due by March 20, 2025. Interested vendors should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil for further details.
    Medical Courier Services-Andersen AFB, Guam
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Medical Courier Services at Andersen Air Force Base in Guam, with the contract set to commence on April 1, 2025, and run for one year, including four optional extensions. The primary objective is to ensure the timely and secure transportation of medical supplies and samples between the 36th Medical Group and the US Naval Hospital Guam, adhering to strict regulatory compliance and quality control measures. This service is critical for maintaining the integrity of sensitive medical items and supporting military health operations. Interested small businesses must submit their proposals by February 10, 2025, and can direct inquiries to Uyen Tran at uyen.t.tran6.civ@health.mil for further information.
    Pulse Oximeter-Fingertip, Aeromedical Certified
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to establish a Qualified Suppliers Listing (QSL) for the MW-2406-37 Pulse Oximeter-Fingertip, Aeromedical Certified. This procurement aims to identify suppliers capable of providing aeromedical certified pulse oximeters for use in Military Treatment Facilities (MTFs) across the Military Health System (MHS), with an estimated annual sales volume of $1,293,929 based on historical data. Vendors must comply with stringent requirements, including possession of a Distribution and Pricing Agreement (DAPA), FDA compliance, and adherence to specific product specifications, with submissions due by February 20, 2025. Interested vendors should direct inquiries to Mr. Riley Whittlesey or Mr. David Sheaffer via email, ensuring all documentation is submitted by the specified deadline to be considered for inclusion in the QSL.
    Supply and Delivery of Medical Supplies for JUSMAG
    Buyer not available
    The Department of State, through the US Embassy in Manila, Philippines, is preparing to solicit bids for the supply and delivery of medical supplies for the Joint United States Military Assistance Group (JUSMAG). This procurement aims to ensure the availability of essential medical supplies, which are critical for supporting military operations and healthcare services in the region. The government plans to issue the solicitation around the third week of February 2025, with the contract expected to be awarded to the lowest priced technically acceptable offeror. Interested contractors must be registered in the System for Award Management (SAM) prior to submitting offers, and they can contact Michael O. Warren or Abegail B. Lamban-Tubo at Manilapurchasing@state.gov for further inquiries.
    Specimen Container Peel Pack
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    SIMBIONIX FLEX VR STIMULATOR
    Buyer not available
    The Department of Defense, specifically the Medical Readiness Contracting Office – Pacific, intends to make a sole source award to Simbionix USA Corporation for the procurement of the FlexVR training platform, which supports the Tripler Army Medical Center in Hawaii. This contract is being pursued under the authority of FAR 13.106-1(b)(1), allowing for a non-competitive procurement due to the unique availability of the required training platform. The FlexVR training platform is crucial for enhancing medical readiness and training capabilities within the military healthcare system. Interested parties may direct inquiries to Keary Haubner at keary.t.haubner.civ@health.mil or by phone at 808-433-9536, noting that this notice does not obligate the government to award a contract or provide feedback on submissions.
    Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking qualified contractors for the maintenance of Potable Water SCADA Systems at various locations in Oahu, Hawaii. The primary objective is to provide comprehensive facility investment services, including on-site maintenance, technical assistance, and software updates for RUGID SCADA central and remote monitoring equipment that oversees the potable water utility systems at Pearl Harbor. This procurement is critical for ensuring the reliability and safety of essential water management infrastructure, with a contract term of up to 66 months, including one base year and four option years. Interested parties must respond to the sources sought notice by submitting the required questionnaire to Robert Wong at robert.l.wong13.civ@us.navy.mil by February 20, 2025.
    AvaSure
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Officer-W (MRCO-W), is seeking potential sources for a software update of AvaSure Monitor cameras for the Brooke Army Medical Center. The procurement aims to acquire a monitoring system that includes both mobile and fixed cameras, ensuring compliance with HIPAA and Federal Information Processing Standards (FIPS), while providing features such as 360-degree views and an immediate alarm function for patient safety. This initiative reflects the government's commitment to enhancing health and safety standards within medical facilities. Interested vendors must submit their company details and a ten-page capability statement by 10:00 AM CST on February 14, 2025, with inquiries directed to YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.