Notice of Intent to Award a Sole Source
ID: 12256263Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

General Medical and Surgical Hospitals (622110)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    DA10--FY26 SERVICE - SPACELABS SUPPORT CONTRACT (1X)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Spacelabs Healthcare LLC for software support of the Spacelabs telemetry system, known as the Intesys Clinical Suite (ICS), at the Syracuse VA Medical Center. This contract encompasses 24/7 support, remote diagnostic assistance, annual performance updates, and discounted post-implantation interface support, which are critical for maintaining the functionality and reliability of the telemetry system used in patient care. Interested firms that believe they can meet these requirements may submit written notifications with supporting evidence by December 24, 2025, at 12:00 p.m. EST to Taylor Richter at Taylor.Richter@va.gov. The government reserves the right to proceed with the sole source award if no suitable responses are received.
    Justification - Urgent Acquisition for MYNXGRIP Vascular Closure Devices for Naval Medical Center San Diego
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure MYNXGRIP vascular closure devices for the Interventional Radiology and Vascular Surgery Departments at the Naval Medical Center San Diego. This urgent acquisition was awarded to Cordis US Corp. under FAR Subpart 13.5, emphasizing the critical need for these medical devices without the consideration of other sources due to the time-sensitive nature of the requirement. The MYNXGRIP devices are essential for vascular closure procedures, ensuring effective patient care in surgical settings. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    Newborn Screening Services- Notice of Intent to Sole Source
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award three sole source contracts for Newborn Screening Services, specifically targeting the provision of screening for up to 38 core conditions and 26 secondary conditions, along with specialty physician consultations for diagnosed newborns. The contracts will be awarded to the Newborn Screening Programs of the Florida, North Carolina, and Virginia Departments of Health, which will support Military Treatment Facilities in their respective states, ensuring timely medical interventions for newborns identified with certain genetic and metabolic conditions. This initiative is critical for early detection and treatment, which can prevent severe health issues in infants. Interested parties must submit capability statements by 12:00 PM EST on January 6, 2026, to the designated contacts, Brittany Belsches and Mary Shifflett, via email, as no competitive proposals will be solicited.
    Notice of Intent to Sole Source - Linear Radiation Monitors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Sensor Technology Engineering, LLC (STE) for the procurement of two Linear Radiation Monitors (Part No. TA400). These monitors are critical for radiation detection and monitoring, and STE is the sole provider of this specific equipment, which underscores its unique capabilities in this field. Interested parties have five days from the publication date of this notice to submit written evidence of their qualifications to provide similar monitors, as the government will consider whether to conduct a competitive procurement based on the responses received. For inquiries, interested vendors should contact Zun Lin at zun.z.lin.civ@mail.mil or by phone at 571-616-5828.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Zoll R Series, Advanced Life Support (ALS) Monitor/Defibrillator with Expansion Pack, Pulse Oximetry (SPO2), End-Tidal Carbon Dioxide (EtCO2) (MAINSTREAM), OneStep Pacing, and Non-Invasive Blood Pressure (NIBP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to procure the Zoll R Series Advanced Life Support (ALS) Monitor/Defibrillator, which includes an expansion pack, pulse oximetry (SPO2), end-tidal carbon dioxide (EtCO2), OneStep pacing, and non-invasive blood pressure (NIBP) capabilities. This procurement aims to enhance medical response capabilities by providing advanced monitoring and defibrillation equipment essential for emergency medical services. The equipment is critical for ensuring effective patient care in various medical situations, particularly in military and emergency response settings. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    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.
    Sole Source - Urine Analyzers for NHCH
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.
    Pharmacy Will Call Solution - Parata - IntelliCab
    Dept Of Defense
    The Defense Health Agency (DHA) is planning to award a sole source contract for the relocation and installation of Parata - IntelliCab cabinets, which are essential for pharmacy operations within the Department of Defense. The procurement aims to engage Parata Systems, the Original Equipment Manufacturer (OEM), to ensure the proper setup of these medical equipment cabinets, which play a critical role in enhancing pharmacy efficiency and patient care. The contract is expected to be a firm-fixed-price agreement with a performance period of one month, and interested parties may submit capability statements for consideration. For further inquiries, potential contractors can reach out to Saera Khan at saera.khan.civ@health.mil.