Synopsis of Proposed Contract Action/Special Notice for Sole Source award for Pharmacy Inpatient Automation Solution Enterprise (PIAS-E) Services.
ID: 20230731-022112Type: Special Notice
Overview

Buyer

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

PSC

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

    Special Notice DEPT OF DEFENSE (DEFENSE HEALTH AGENCY) is planning to award a sole source contract to Becton, Dickinson, and Company (BD) for Pharmacy Inpatient Automation Solution Enterprise (PIAS-E) Services. PIAS-E is a decentralized point-of-care medication distribution solution that improves inventory accountability, streamlines pharmacy workflow processes, and increases patient safety and satisfaction. The services include the provision of secure storage cabinets for medication dispensing at Military Treatment Facilities (MTFs). The contract is expected to have a 12-month base period and four 12-month option periods, with an intended award date of May 1, 2024.

    Point(s) of Contact
    Files
    Similar Opportunities
    Ramstein AFB PickPoint Will Call System
    Buyer not available
    The Defense Health Agency (DHA) is planning to award a sole source contract for the PickPoint Will Call System Bag Expansion to Maxor National Pharmacy Services, LLC, also known as PickPoint. This procurement aims to enhance the existing system used for managing pharmacy services at Ramstein Air Force Base in Germany, which is crucial for ensuring efficient medical supply operations. The contract will be a firm-fixed-price agreement with a performance period of six months, and while this notice is not a request for competitive quotes, all responsible sources are invited to submit capability statements for consideration. Interested parties can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or 703-681-8855 for further information.
    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 (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) related to pharmaceutical agents for the Military Health System's Uniform Formulary (UF). This procurement aims to establish effective and efficient pharmacy benefits, ensuring that selected pharmaceutical agents are evaluated for their clinical and cost-effectiveness as mandated by law. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review newly approved drugs, with quotes due by April 17, 2025. Interested manufacturers should direct inquiries to Keith Marasigan at keith.b.marasigan2.ctr@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil for further details.
    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.
    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.
    Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
    Medication Packager Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Parata Systems LLC for medication packaging support at the Augusta VA Healthcare System. This contract, identified by solicitation number 36C24725Q0573, encompasses preventive maintenance, calibration, repairs, and software updates for four Parata ATP2 units, with a base period and four additional option years. The contract is crucial for ensuring the operational efficiency of medication packaging systems, which play a vital role in patient care. Interested vendors are encouraged to submit documentation demonstrating their capabilities by April 23, 2025, with the anticipated award date set for April 29, 2025. For further inquiries, potential respondents can contact Monica Reed at Monica.Reed@va.gov.
    6550--BD MGIT Mycobacterium
    Buyer not available
    The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.
    Preventative Maintenance on Surgical Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
    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.
    Professional Services and Software Licenses
    Buyer not available
    The Drug Enforcement Administration (DEA) intends to negotiate a sole-source contract with BAE Systems for the acquisition of professional services and software licenses. This procurement aims to fulfill specific operational requirements essential for the DEA's mission, with the selected vendor expected to provide necessary expertise and software solutions. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," and the NAICS Code applicable to this requirement is 334290. Interested vendors who believe they can meet the DEA's needs are invited to submit capability statements by April 25, 2025, at 10:00 AM EST, via email to Robert A. Jones at robert.a.jonesjr@dea.gov. Please note that this notice is not a request for competitive quotations, and a Justification for Sole Source will be posted 14 days after the award.