Wireless Frostbite Monitoring System
ID: N6311626Q0508Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL HEALTH RESEARCH CENTERSAN DIEGO, CA, 92106, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

HEALTH R&D SERVICES; HEALTH RESEARCH AND TRAINING; EXPERIMENTAL DEVELOPMENT (AN23)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Health Research Center (NHRC) in San Diego, California, intends to award a sole-source contract for the procurement of a Wireless Frostbite Monitoring System. This system includes various components such as socks, gloves, a custom RF reader, cold-resistant batteries, and an Android phone programmed with a monitoring app, all aimed at enhancing frostbite prevention and monitoring capabilities. The contract will be awarded to INTERNATIONAL FABRIC MACHINES INC. under the authority of 10 U.S.C. 3204(a)(1), and interested parties are encouraged to submit their responses, including company details and contact information, to David L. Hill at david.l.hill4.civ@health.mil. All contractors must be registered in the System for Award Management (SAM.gov) and complete the necessary FAR and DFARS representations and certifications.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Smart Heated Wool Socks
    Dept Of Defense
    The Department of Defense, through the Naval Health Research Center (NHRC) in San Diego, California, intends to award a sole-source contract for the procurement of Smart Heated Wool Sock prototypes. This contract will involve the delivery of two pairs of smart heated wool socks, complete with controllers, batteries, chargers, and a user guide, aimed at enhancing soldier comfort and performance in various conditions. The selected contractor for this procurement is Cornerstone Research Group Inc., based in Miamisburg, Ohio, with the statutory authority for this sole-source procurement being 10 U.S.C. 3204(a)(1). Interested parties are encouraged to submit their responses referencing N6311626Q0509, including their company details and contact information, to David L. Hill at david.l.hill4.civ@health.mil.
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Cyrostat Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to award a sole source contract for the maintenance of cryostats to Montana Instruments. This procurement is justified as a sole source due to the specialized nature of the equipment and the expertise required for its maintenance and repair. The cryostats are critical for various research applications within the laboratory, ensuring the integrity and functionality of sensitive instruments. Interested parties can reach out to Candice Tawiah at candice.tawiah@nrl.navy.mil or by phone at 202-875-0091 for further details regarding this opportunity.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    Manikin System Preventative Maintenance and Warranty Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Special Operations Command (USASOC), is seeking sources for preventative maintenance and warranty support services for the Gaumard Scientific Company's S3040.100 Trauma HAL Manikin System. This opportunity is part of a Request for Information (RFI) aimed at identifying authorized resellers capable of fulfilling these requirements, as current market research indicates that Gaumard Scientific Company, Inc. may be the sole vendor for this equipment. Interested parties must submit their company details, including their Unique Entity Identifier (UEI), NAICS codes, business size, and a two-page capability statement confirming their authorized reseller status and ability to provide the necessary support by December 31, 2025, at 10:00 AM EST. For further inquiries, interested vendors can contact Jonathan Long at jonathan.long.civ@socom.mil or by phone at 910-908-9405.
    Marine Corps Intense Cold Weather Combat Boot
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the manufacture and delivery of Marine Corps Intense Cold Weather Combat Boots (MC ICWB). This procurement aims to fulfill a requirement for 1,260 pairs of boots over a three-year base term, with an estimated annual quantity of 5,000 pairs per tier across three tiers, and a maximum quantity of 22,500 pairs to accommodate fluctuations in demand. The contract will be a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a production lead time of 180 days for the first delivery order and 150 days for subsequent orders, emphasizing the importance of U.S.-made materials in compliance with the Berry Amendment. Interested small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) and can contact Jamie Heiman at Jamie.Heiman@dla.mil or Clifford Lawson at CLIFFORD.LAWSON@DLA.MIL for further information.
    Sole Source Justification for Fatigue Science @ Travis AFB, CA.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Fatigue Science products, including the Fatigue Science 360 and Readi Watches, for military personnel at Travis Air Force Base, California. This procurement is justified as a sole source acquisition due to the unique capabilities of Fatigue Science's offerings, which utilize a military-developed biomathematical fatigue model essential for optimizing performance and mitigating fatigue in aviation contexts. The justification process highlighted that no comparable alternatives were found through market research, reinforcing the necessity of these specialized products. Interested parties can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Vitaliy Kim at vitaliy.kim.1@us.af.mil for further information regarding this opportunity.
    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.
    Intermediate Cold Weather Boot
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the procurement of Men's Combat Boots designed for Intermediate Cold Weather, under the presolicitation notice SPE1C1-25-R-ICWB. The boots must be manufactured in accordance with the specifications outlined in Product Description GL-PD-13-01, which includes features such as waterproof leather uppers, removable insulated booties, and a speed lace closure system, ensuring compliance with military standards for performance and safety. This initiative is crucial for providing the necessary footwear for military personnel operating in cold weather environments, with a guaranteed minimum order of 2,000 pairs and estimated annual quantities reaching up to 17,000 pairs, resulting in a maximum contract value of $7.5 million. Interested small businesses are encouraged to contact Angela Harris-Norton at angela.harris-norton@dla.mil or 445-737-1220 for further details, with a production lead time of 150 days and a focus on U.S. production compliance.
    Research and Development Services for Research Study titled "Mechanisms of RF Interaction with Biological Systems."
    Dept Of Defense
    The Defense Health Agency (DHA), on behalf of the United States Air Force 59th Medical Wing, intends to award a sole source contract to KBR Wyle Services, LLC for research and development services related to the study titled "Mechanisms of Radiofrequency (RF) Interaction with Biological Systems." This contract focuses on investigating the biomedical effects of high-power microwave overexposure in Yucatan miniature swine, leveraging KBR's extensive prior involvement and expertise in the project. The sole source award is justified under FAR 6.302-1(a)(2)(iii)(A), as awarding to another entity would result in substantial unrecoverable duplication of costs. Interested parties who believe they can provide these services must submit written evidence of their capabilities by January 6, 2026, at 12:00 PM EST, or the contract will proceed as planned with KBR. For further inquiries, interested parties may contact James Clingan at james.b.clingan.civ@health.mil or Jeremy McMurry at jeremy.l.mcmurry.civ@health.mil.