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
    J065--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.
    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.
    Health Care Delivery Solutions (MHS GENESIS)- System Integration- Notice of Intent
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Leidos Inc. for the Health Care Delivery Solutions (MHS GENESIS) system integration, focusing on the migration of the electronic health record (EHR) system to a cloud-based solution. This contract aims to ensure the continued support and integration of MHS GENESIS, which serves over 9.6 million beneficiaries and is critical for enhancing health care delivery and operational readiness within the Military Health System. The total estimated value of the contract is approximately $1.131 billion over three years, with a potential extension of nine months, and the government plans to award the contract by July 28, 2025. Interested parties are encouraged to express their capabilities and interest within 14 calendar days of this notice, with inquiries directed to Sonya Edom at sonya.m.edom.civ@health.mil.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.
    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.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 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 for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    Repaglinide
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Repaglinide Tablets. The contract will establish a national supply source for the purchase of Repaglinide 0.5MG, 1MG, and 2MG in 100 count bottles. This acquisition will be unrestricted and fully competitive. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The items listed in the schedule will be purchased by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers through the DLA and VA prime vendor programs. Interested parties should contact Phyllis Daraio for any questions/comments. The projected solicitation date is September 2020.
    DLA Installation Management Enterprise Mailroom Management Service
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to award a sole-source contract to Pitney Bowes for comprehensive Mailroom Management Services, which include the procurement of mailroom services, equipment purchase, maintenance, and software setup. The primary objective is to enhance accountability and efficiency in mail and package processing across various DLA locations, including Fort Belvoir, with a focus on compliance with federal security standards. The estimated contract value over a five-year period is approximately $1,852,856.28, with a base period from October 1, 2024, to August 31, 2025, followed by four optional years. Interested vendors must submit a Letter of Interest by October 29, 2024, to Beverly J. Williams at Beverly.j.williams@dla.mil, including their DUNS Number and TIN, as this opportunity is not a Request for Proposal.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole-source contract to the Health Information and Management Systems Society (HIMSS) for an Annual Premier Level Organizational Affiliate Program (PLOAP) membership subscription. This contract aims to enhance DHA's operational and technological capabilities by providing access to a comprehensive online network, professional development resources, and registration for U.S.-based HIMSS events, thereby fostering collaboration in health information technology initiatives. The procurement includes a six-month base period followed by three twelve-month option periods, with interested parties having 15 days to express their interest in competing for the contract. For further inquiries, interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil or Destiny Wood at Destiny.r.wood2.civ@health.mil.
    Coagulation Analyzers Lease for Nellis AFB
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Siemens Healthcare Diagnostics Inc. for the lease and maintenance of two Coagulation Analyzers at Nellis Air Force Base, Nevada. This procurement is essential for the continued operation of the Department of Defense Military Treatment Facility (MTF) at Nellis AFB, ensuring that the facility can meet its medical laboratory testing needs effectively. The contract is set to run from November 17, 2024, to November 16, 2027, and interested vendors are invited to submit capability statements by October 31, 2024, to Belinda Hsieh at belinda.m.hsieh.civ@health.mil, as no competitive proposals will be solicited for this requirement.