FY24 IOD-OMSU Medical Equipment
ID: 15M10224QA4700344Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

SAFETY AND RESCUE EQUIPMENT (4240)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting quotes for medical equipment under the RFQ number 15M10224QA4700344, with a focus on small businesses. The procurement includes various medical supplies such as IO700-EN Sam IO drivers, needles, stabilizers, and adapters, with a performance period extending from September 30, 2024, to September 29, 2025. This initiative underscores the federal government's commitment to engaging small businesses while ensuring compliance with regulations and providing essential medical supplies to government agencies. Interested vendors must submit their quotes by September 18, 2024, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a solicitation issued by the U.S. Marshals Service (USMS) for medical equipment as part of a request for quote (RFQ) numbered 15M10224QA4700344. Issued on September 13, 2024, it calls for responses by September 18, 2024, and is primarily set aside for small businesses, including those in HubZone, service-disabled veterans, and women-owned categories. The acquisition is aligned with the NAICS code 339999, which encompasses various medical supplies. The solicitation details the supplies and services, including specific medical items such as IO700-EN Sam IO driver, needles, stabilizers, and adapters, with a performance period from September 30, 2024, to September 29, 2025. The document outlines important contract clauses, payment terms, and compliance requirements, emphasizing contractor obligations related to safeguarding sensitive information, adhering to privacy laws, and whistleblower protections. This procurement process is indicative of the federal government’s ongoing efforts to engage small businesses while ensuring compliance with overarching regulations, promoting economic engagement through federal contracts, and ensuring the provision of critical services and supplies to government agencies.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    (763-24-4-021-1445 & 766-24-3-400-1084) 2-line Med/Surg Requirement for the Lancaster & Ladson (Charleston) CMOPs. (Lancet 33G & Drawtex 4x4)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a two-line medical and surgical supply requirement, specifically Lancets and Drawtex dressings, to be delivered to the Consolidated Mail Outpatient Pharmacies (CMOP) in Lancaster, Texas, and Ladson, South Carolina. Vendors are required to provide comprehensive quotes that include adherence to the Buy American Act, a pricing schedule, and proof of OEM authorization, with all products needing to be shippable via the United States Postal Service and barcoded for traceability. This procurement is crucial for maintaining a reliable supply chain of essential medical supplies to support veteran healthcare needs. Interested vendors must submit their quotes by September 20, 2024, to Jennifer Knight at Jennifer.Knight@va.gov, ensuring compliance with all specified requirements and deadlines.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    Hemostatic Gauze, Chitosan-Based
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors to qualify for a Qualified Suppliers Listing (QSL) for Hemostatic Gauze, Chitosan-Based products intended for use by Military Treatment Facilities (MTFs) and various branches of the U.S. military. Vendors must provide a completed QSL Package, including a DAPA or DMM number, and demonstrate compliance with stringent requirements such as FDA clearance, sterility, and the absence of natural rubber latex in their products. This initiative is crucial for ensuring that military health needs are met with standardized and safe medical supplies, with the QSL expected to be established by November 1, 2024, and notifications of eligibility to submit pricing quotes sent by November 14, 2024. Interested vendors should direct inquiries and submissions to Dr. Jim Quinn at james.e.quinn28.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    Specimen Container Peel Pack
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking quotes for the procurement of Cordless BCMA Firmware Scanners intended for VISN 15. This requirement falls under the NAICS Code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is designated as a Firm-Fixed Price, FOB Destination contract, fully set aside for small businesses. The procurement is critical for enhancing the efficiency of healthcare services provided to veterans, ensuring accurate medication administration through advanced scanning technology. Interested vendors should monitor the posting for the Request for Quotes (RFQ), which is expected to be released on or about September 17, 2024, with quotes due by September 23, 2024, at 11:00 AM CST. For inquiries, contact Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    Gore Medical branded stents (Brand Name restriction)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
    TRACHEOSTOMY TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Tracheostomy Tubes as part of a Standardization Action for Military Treatment Facilities (MTFs) across the armed forces. Vendors must be on the Qualified Suppliers List (QSL) MS-2401-03 and are required to submit pricing quotes that are discounted from existing Distribution and Pricing Agreement (DAPA) prices, with an estimated annual demand of approximately $142,507 for these medical supplies. The selected vendor will enter into a five-year Incentive Agreement (IA), with the lowest price determining selection, anticipated by October 10, 2024. Interested vendors must submit their responses, including detailed pricing and product specifications, by 5:00 PM local Philadelphia time on September 26, 2024, and can direct inquiries to Arthur Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    COMPREHENSIVE MEDICAL SERVICES - MDC LOS ANGELES
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Metropolitan Detention Center (MDC) in Los Angeles, California. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an emphasis on comprehensive proposals that meet all outlined requirements. This contract, structured as an indefinite delivery/requirements type with firm-fixed unit pricing, will cover a Base Year and four optional renewal years, with estimated service quantities specified for inpatient days, psychiatric days, and outpatient visits. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation release on or about November 13, 2024, and can direct inquiries to LaShundra D. Thomas at ldthomas@bop.gov or 202/598-6077.
    Comprehensive Medical Services - FCI Sheridan
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking information from potential providers for Comprehensive Medical Services at the Federal Correctional Institution (FCI) in Sheridan, Oregon. The required services encompass a range of medical care, including inpatient and outpatient facility services, as well as physician services, aimed at meeting the healthcare needs of federal adults in custody. This initiative underscores the government's commitment to maintaining healthcare standards within correctional facilities while exploring qualified providers' capabilities. Interested parties must submit their responses to the Sources Sought Questionnaire by September 27, 2024, and direct any inquiries to LaShundra D. Thomas at ldthomas@bop.gov.