Boards Vital
ID: W81K0025QA039Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- CERTIFICATIONS/ACCREDITATIONS FOR EDUCATIONAL INSTITUTIONS (U010)
Timeline
    Description

    The Department of Defense, specifically the Medical Readiness Contract Office-West, intends to award a sole source contract to Sierra7 Inc. for the provision of online services related to a specialized test bank package utilized at Brooke Army Medical Center (BAMC) across various medical specialties. This contract aims to enhance medical readiness and education by offering a fully web-based product, Board Vitals, which provides updated explanations from medical literature, detailed feedback, and assessments to support medical Residents and Nurses in their certification preparation. The contract is set for a five-year period and falls under NAICS code 611430, with a size standard of $15 million. Interested parties may submit capability statements or proposals for future requirements, and inquiries can be directed to YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Medical Readiness Contract Office-West plans to award a sole source contract to Sierra7 Inc. to provide online services for a specialized test bank package utilized at Brooke Army Medical Center (BAMC) for various medical specialties. This contract follows a previous award to Teton Data Systems Inc. The Board Vitals product offered is entirely web-based and provides updated medical literature explanations, detailed feedback, and progress assessments, supporting Residents and Nurses in their certification preparation. The requested contract will span five years, classified under NAICS code 611430, with a size standard of $15 million. This notice serves as a preliminary announcement rather than a solicitation, inviting capable sources to submit proposals for future requirements. The primary objective is to enhance medical readiness and education through advanced testing resources at BAMC.
    Lifecycle
    Title
    Type
    Boards Vital
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Medical Textbooks
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for the procurement of medical textbooks specifically for the Surface Warfare Medical Institute. The requirement includes 320 copies each of five designated publications, such as "Davis's Drug Guide for Nurses" and "PHTLS Prehospital Trauma Life Support," with a delivery deadline of June 30, 2025. This procurement is crucial for providing essential medical literature to support training and education within the Navy. Interested small businesses must submit their proposals electronically by March 14, 2025, at 1:00 PM local time, and can direct inquiries to Ethan Othersen or Vincent Conicelli via their respective email addresses.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Microbial Testing Supplies - Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    ClonoSEQ Reference Testing Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source firm fixed contract for ClonoSEQ Reference Testing Services to Adaptive Biotechnologies Corporation. This procurement involves providing FDA-cleared in vitro diagnostic testing services, which include 15 genomic sequence analyses per year, and will be managed under FAR Part 13, Simplified Acquisition Procedures, covering a base year plus four optional years. These specialized medical laboratory services are crucial for maintaining medical readiness within the military. Interested providers must contact Colleen M. Rye by March 14, 2025, to demonstrate their capability to deliver the required services, as the award will be based on the lowest price/technically acceptable proposal, focusing exclusively on brand name products.
    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.
    Request for Proposal - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services through a Request for Proposal (RFP) designated as W911QY-25-R-A001. The primary objective of this procurement is to enhance Army healthcare readiness by providing essential medical support services, including program management, logistics analysis, and medical liaison support, primarily at Fort Detrick, MD, with additional locations as necessary. This contract, valued at approximately $20 million, is set aside for small businesses and spans multiple years, with a base period from July 2025 to July 2026 and options for extension. Interested contractors should direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil, and must respond by the specified solicitation due date.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, through the Utah Army National Guard (UTARNG), is seeking qualified small businesses to establish a 5-Year Blanket Purchase Agreement (BPA) for medical testing and laboratory services. The contractor will be responsible for providing a range of laboratory tests, including blood and urine analyses, metabolic panels, and immunology assays, with a total anticipated award amount of $41.5 million aimed at enhancing medical readiness for military personnel. This procurement is critical for ensuring timely and high-quality medical services that support the health of personnel, reflecting federal priorities for health readiness and small business participation. Interested parties can contact William T. Brown at william.t.brown68.civ@army.mil or by phone at 801-432-4273 for further details.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.