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
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    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--Draeger Anesthesia Unit Support and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, intends to award a sole-source contract for Preventative Maintenance Services on Draeger Anesthesia Equipment across multiple facilities in the VISN 20 region, which includes sites in Idaho, Oregon, and Washington. The contract will be a one-year, firm-fixed price agreement with Draeger Medical, Inc., ensuring that critical maintenance services are provided to maintain operational standards at these medical centers. This procurement aligns with FAR regulations allowing for sole-source contracting under specific circumstances, emphasizing the importance of maintaining the functionality of essential medical equipment. Interested parties may submit capability statements to demonstrate their ability to provide equivalent services, with responses due by September 16, 2024, at 14:00 PT, directed to Contracting Officer Niel Chase via email at niel.chase@va.gov.
    Notice of Intent - Sole Source - Stratasys
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure maintenance services for the Stratasys Objet500 Connex3 3D printer on a sole-source basis from Stratasys. This procurement is essential for the continued operation of the printer, which is critical for hydrodynamics testing and is expected to be heavily utilized over the next four years. The maintenance contract, known as "Emerald Care™," includes comprehensive support services such as phone assistance, on-site visits, preventative maintenance, parts replacement, and software updates, ensuring the printer remains operational and secure. Interested parties may submit their capabilities statements by September 18, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.
    Notice of Intent to Sole-Source - Hematology Analyzer Services
    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 Sysmex America, Inc. for routine preventative maintenance services and reagents for the Sysmex Hematology Analyzer Unit. This procurement is critical as the analyzer requires specific reagents that are exclusively provided by Sysmex America, making them the only viable source for fulfilling this requirement. Interested parties may submit a capability statement or proposal demonstrating why competitive bidding would be advantageous, with submissions due by 14 October 2024 at 2:00 PM MST. For further inquiries, contact SSgt Kevin Luccitti at kevin.luccitti@us.af.mil or SSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Notice of Intent to Sole Source – Medtronic
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a sole source contract to Medtronic USA, Inc. for the procurement of Concerto Coils and Vascular Plug Systems essential for patient care at the NIH Clinical Center in Bethesda, Maryland. The acquisition includes specific product numbers and quantities, highlighting the unique features of these medical devices that are critical for the clinical needs of the facility. This procurement is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the specialized nature of the products. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by September 17, 2024, at 8 AM EST.
    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.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.