Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system
ID: HT001424TERUMOType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    Notice of Intent for Maintenance and Repair Services for Terumo System heart and lung bypass equipment system

    The Department of Defense, specifically the Defense Health Agency (DHA), has issued a Special Notice for the procurement of maintenance and repair services for the Terumo System heart and lung bypass equipment system. This equipment is typically used in surgical procedures to provide temporary support to the heart and lungs.

    The Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland, requires these services and intends to procure them on a sole source basis from Terumo Cardiovascular Corporation. Market research indicates that Terumo Cardiovascular Corporation is the only provider capable of meeting the medical center's requirements.

    This notice of intent is not a request for competitive proposals. However, capability statements from other potential providers will be reviewed and considered if received within five calendar days of the publication of this notice. The government's decision to not compete this contract action is at its discretion.

    Interested firms should submit a capability statement demonstrating their experience and expertise in providing the required services within the specified timeframe. The statement should include information on business size, ability to self-perform work, subcontracting arrangements, and any other relevant details. Inquiries can be directed to claudia.a.febresmormontoy.ctr@health.mil.

    Please note that oral communications will not be accepted in response to this notice. A copy of the Justification and Approval will be posted within four days after the award of the contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Maintenance of Baxter CVVH Prismax and Thermax system by Baxter/Vantive US Healthcare LLC (Notice of Intent to sole source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Vantive US Healthcare LLC for the maintenance of Baxter's Continuous Veno-Venous Hemofiltration (CVVH) devices and associated equipment. The contract will cover the maintenance of five PRISMAX CVVH hemofiltration devices and five Thermax blood warmers, ensuring compliance with the manufacturer's maintenance standards and the operational integrity of critical medical equipment used in patient care. This equipment is vital for treating patients with acute renal failure, and the contract is structured for one base year with four option years, commencing on September 23, 2024. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on September 11, 2024, for consideration.
    J065--Notice of Intent to Sole Source Tempsys Checkpoint System Service Maintenance at the VA Illiana Health Care System (Danville VA)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to enter a sole-source contract for the maintenance of the Tempsys Checkpoint Wireless Temperature Monitoring System at the VA Illiana Health Care System in Danville, VA. This procurement requires a firm fixed-price contract that includes annual maintenance, calibration, repair, and training for the system, which supports the monitoring of 319 devices with 24/7 oversight and adherence to national standards. The selected contractor must demonstrate the capability to meet specific performance requirements, including having a trained service engineer experienced with the equipment, while ensuring compliance with VA, OSHA, and NFPA standards. Interested parties should submit their offers or capability statements by September 11, 2024, and can contact Contract Specialist Della C Bond at della.bond@va.gov or 414-844-4800 x43262 for further information.
    OEM preventative maintenance, repair, maintenance and replacement of the Karl Storz Endoscopes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for the OEM preventative maintenance, repair, and replacement services of Karl Storz Endoscopes. The contract will require the selected contractor to provide certified maintenance and repair services, including a one-for-one exchange of defective endoscopes and complete repairs within five working days, ensuring compliance with established regulations and professional standards. This procurement is critical for maintaining the operational readiness of medical equipment used in healthcare services for military personnel and their families at Madigan Army Medical Center in Tacoma, Washington. Interested parties must submit documentation demonstrating their capabilities by September 11, 2024, to the primary contacts, Cindy Means and Scott Barr, via email, as no solicitation will be issued.
    Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).
    J063--Notice of Intent to Sole Source Preventive and Remedial Maintenance for a Temptrak Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for preventive and remedial maintenance services for a Temptrak Monitoring System at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will be fixed-price and directed to Trillamed, LLC, as they are the only responsible source capable of fulfilling the specific brand-name requirements of the monitoring system. The maintenance services will include 24/7 emergency support, calibration services, battery replacements, annual system reviews, software upgrades, and unlimited training resources, which are critical for the effective operation of the monitoring system. Interested parties may express their interest and capability to compete for the contract by contacting Contracting Officer Ross Futch at ross.futch@va.gov before the response deadline of September 16, 2024, at 6 PM Central Time.
    J065--Intent to Sole Source Sterilizer Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 9, intends to award a sole-source contract to Advanced Sterilization Products for the maintenance and service of sterilization systems at the Memphis Veterans Affairs Medical Center. This firm-fixed-price contract, effective from October 1, 2024, to September 30, 2027, will cover the upkeep of various Advanced Sterilization Products equipment, including STERRAD® Systems and EVOTECH® Endoscope Cleaner and Reprocessors, ensuring compliance with manufacturer standards and patient safety through the use of OEM parts and certified personnel. Interested parties are encouraged to express their interest and demonstrate their capabilities by the response deadline of September 12, 2024, with all submissions directed to Contract Specialist James Moore at james.moore20@va.gov. Registration in the System for Award Management (SAM) is mandatory for eligibility, and the VA will not be responsible for any costs incurred by respondents.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    Notice of Intent to Sole Source Lab Kidney Biopsy Evaluation
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Pacific Rim Pathology Medical Corporation for lab kidney biopsy evaluation services at the Naval Medical Center San Diego (NMCSD). This procurement aims to facilitate prompt diagnostic and treatment decisions for military personnel and their families by providing timely processing and analysis of kidney tissue samples, which cannot be performed in-house. The contract will span a base period from October 1, 2024, to September 30, 2025, with four additional option years, and requires compliance with HIPAA regulations and specific technical certifications for personnel. Interested parties must submit capability statements by 0800 AM Pacific Daylight Time on September 9, 2024, to Jojie N. Urrete at jojie.n.urrete.civ@health.mil.
    NOTICE OF INTENT TO SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Ortho Clinical Diagnostics. The contract relates to the maintenance and support of the Chemistry Analyzer machine used by the 341st Medical Group. Ortho Clinical Diagnostics is the original equipment manufacturer and the only source capable of providing the required services, as patented technologies and access requirements make competition difficult. The contract includes preventive maintenance, administrative support, and the supply of reagents, controls, and calibrators, along with the transfer of ownership of the current chemistry analyzer. The period of performance spans five years, with a base period of one year and three optional one-year extensions. This notice is not a request for competitive offers, but all responsible parties may submit a quote or capability statement. The government will consider any responses received by the deadline, which is 9 August 2024 at 2:00 PM MST. For more information, contact Karen Broughton, Contract Specialist, at karen.broughton@us.af.mil.
    Notice to Sole Source a Specialized Prosthesis for the Naval Medical Center San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, intends to award a sole source contract for a specialized prosthesis to the Naval Medical Center San Diego (NMCSD). The procurement includes a dynamic arm, suction socket electrodes, electric cables, a wrist rotator, an Ottobock bebionic hand, donning sheath arms, and an alignment aid, all to be fabricated at NMCSD. This specialized prosthesis is crucial for providing advanced medical support to patients requiring prosthetic solutions. Interested vendors must submit a capability statement by September 9, 2024, to Maricar Enriquez at maricar.m.enriquez.civ@health.mil, as no competitive proposals will be solicited.