Notice of Intent to Sole Source Upgrade of REES Automated Temperature Monitoring System at NMCP, Portsmouth, VA
ID: 12155418Type: Presolicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to REES Scientific Corporation for the upgrade of the REES Automated Temperature Monitoring System at the Naval Medical Center Portsmouth, Virginia. This procurement aims to enhance the existing temperature monitoring capabilities, which are critical for maintaining the integrity of medical supplies and equipment. The contract will cover a base year from December 16, 2024, to December 15, 2026, with a total estimated value of $122,916.82, and will include four option years. Interested parties may submit evidence demonstrating the advantages of competition to the Contract Specialist, Cynthia Scharnowske, at cynthia.e.scharnowske.civ@health.mil, although the government will not be responsible for any costs incurred in responding to this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    H141--Notice of Intent to Sole Source | ViewPoint Temperature Monitoring System Maintenance and Recalibration Services | Pittsburgh VA Healthcare System, Pennsylvania
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to EOI Inc. for the maintenance and recalibration of the ViewPoint Temperature Monitoring System within the Pittsburgh VA Healthcare System. This contract encompasses essential services such as periodic testing, software updates, and component replacements, all of which must be compatible with the existing system to ensure operational integrity. The procurement highlights the critical nature of specialized technical support in healthcare system management, emphasizing the need for compatibility and reliability in monitoring equipment. Interested firms may express their interest by submitting supporting evidence by October 8, 2024, at 10:00 AM Eastern Time, via email to Contract Specialist Eric Christy at Eric.Christy@va.gov, as telephone inquiries will not be accepted.
    Microtome Units Equipment Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide maintenance services for microtome units at the Naval Medical Center Portsmouth in Virginia. The procurement involves the maintenance and repair of eight microtomes, which are critical for the operational readiness of the histology lab, ensuring compliance with Original Equipment Manufacturer (OEM) standards through preventive and corrective maintenance. The contract will have a base period from February 1, 2025, to January 31, 2026, with the possibility of four optional extensions, and proposals must be submitted in the specified format by the extended deadline. Interested parties should contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    Anticipated award with Biosense Webster (CAGE: 1LXW3)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source follow-on contract to Biosense Webster, Inc. for the provision of an intracardiac Integrated Catheter mapping system, ensuring uninterrupted service for the Cardiovascular Health & Interventional Radiology (CVHIR) Department at Walter Reed National Military Medical Center in Bethesda, Maryland. This contract is necessary as the current Master BPA (HT001421A0020) is set to expire, and the new contract will span a period of five years while a competitive award process is underway. The procurement falls under the NAICS code 334510, which pertains to the manufacturing of electromedical and electrotherapeutic apparatus, and is not open for competitive bids. For further inquiries, interested parties may contact Edgar DuChemin at edgar.r.duchemin.civ@health.mil or by phone at 703-275-6348.
    CHEMISTRY AND IMMUNOASSAY TESTING PROGRAM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is planning to issue a sole source award contract to Roche Diagnostics Corporation for the Chemistry and Immunoassay Testing Program. This program is intended to sustain the use of three Chemistry and Immunochemistry Systems under a Cost Per Reportable Result (CPRR) agreement or Cost Per Reagent Pack. The program includes equipment, reagents, tools, materials, training, and a water purification system, Uninterruptible Power Supply (UPS), and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Walter Reed National Military Medical Center (WRNMMC) laboratories. The anticipated period of performance is five years.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    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.
    COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)
    Active
    Health And Human Services, Department Of
    Presolicitation Notice: Department of Health and Human Services, Department of National Institutes of Health (NIH) intends to negotiate with Rees Scientific for the procurement of an environmental monitoring system package. The package includes a comprehensive five-year service package with various components and documentation. The service shall be performed at Rocky Mountain Laboratories (RML) in Hamilton, MT. The monitoring system is required to ensure compliance with regulations enforced by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) for animal research operations at RML. This is a sole source requirement, and no other company has the authority to perform these critical services. Interested parties may submit a capability statement for consideration by the Government.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    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.
    DA01--Intent to Sole Source Syngo Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which involves essential upgrades and functional enhancements for existing servers at the San Diego VA Medical Center. This procurement is justified under Federal Acquisition Regulations (FAR) 6.302-2, permitting the government to contract with a single source when only one supplier can fulfill the requirement. The upgrades are critical for maintaining the operational efficiency and effectiveness of the medical services provided at the facility. Interested parties must submit their capability statements, including past performance experience and proof of licensure, by 12:00 PM Pacific Time on October 11, 2024, to Charity Cazee at charity.cazee@va.gov, referencing notice 36C26224Q1883.
    Intraoperative Neuromonitoring Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide Intraoperative Neuromonitoring (IONM) services at the Naval Medical Center Portsmouth (NMCP) under solicitation number HT940624R0041. The contractor will be responsible for delivering real-time neuromonitoring during surgical procedures, including the provision of necessary personnel, equipment, and immediate feedback to surgical teams, with a contract duration from January 1, 2025, to December 31, 2029, and options for renewal. This service is critical for enhancing patient safety during complex surgeries, particularly in neurosurgery, orthopedics, and vascular procedures. Proposals are due by October 17, 2024, and interested parties can contact Christine Russman at christine.l.russman.civ@health.mil or Stacy Ling at stacy.m.ling.civ@health.mil for further information.