Notice of Intent to Sole Source Specialized Prosthetics for Naval Medical Center San Diego
ID: HT941025N0051Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Defense Health Agency (DHA) intends to enter a sole source contract with Otto Bock Healthcare LP for the procurement of specialized prosthetics at the Naval Medical Center San Diego (NMCSD). This procurement includes four Dynamic Arms, eight Electrical Cables with Straight Plugs, four Electric Wrist Rotator Cuffs, four Otto Bock Bebionic Hands, four Donning Sheath Easy Fit Arms, and one Alignment Aid, all tailored to meet the specific needs of an inbound SecDes patient. The items are critical for providing advanced medical care and rehabilitation services, with an estimated delivery date set for March 14, 2025. Interested vendors disputing this sole-source decision may submit a capability statement by the specified deadline; however, no competitive quotes will be solicited. For further inquiries, contact Bobbie Dobberstein at bobbie.s.dobberstein.ctr@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.

    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity (DHACA) intends to enter a sole source purchase order contract with Otto Bock Healthcare LP for specialized prosthetics at the Comprehensive Complex Casualty Care Clinic (C5) at Naval Medical Center San Diego (NMCSD). This decision follows Federal Acquisition Regulation (FAR) guidelines due to the unique requirements of the items, which include various specialized prosthetics tailored to patient specifications, with an estimated delivery date of March 14, 2025. The applicable NAICS code is 339113, indicating surgical appliance and supplies manufacturing, while the related Product Service Code is 6515 for medical and surgical instruments. Otto Bock is deemed the only capable source to meet these specialized needs, based on prior market research. Additionally, any vendors disputing this sole-source decision may submit a capability statement by the specified deadline, but only detailed statements demonstrating the ability to fulfill the requirements will be considered. This notice emphasizes that no competitive quotes will be solicited, and telephone inquiries will not be entertained.
    Similar Opportunities
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    INBODY 770
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations East Regional Contracting Office, intends to procure an InBody 770 Body Composition Analyzer on a sole source basis from BioSpace, Inc. This procurement is necessary for measuring body fat percentage in support of the Marine Corps' Body Composition and Military Appearance Program, with BioSpace, Inc. being the sole authorized distributor due to an exclusive licensing agreement with the Original Equipment Manufacturer (OEM). The InBody 770 has been approved for use by the Marine Corps, ensuring compliance with security protocols, and is critical for standardization in military applications. Interested firms that believe they can meet the requirement must submit a capability statement to the Contracting Officer, Santana Rosario, by March 21, 2025, at 4:30 PM EST, as this notice is not a request for competitive quotes and no solicitation will be issued.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Endosoft Picture Archiving
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Utech Products Inc. for the Endosoft Picture Archiving system, which is crucial for the 673rd Medical Group at Joint Base Elmendorf-Richardson, Alaska. This procurement will involve a firm-fixed price Purchase Order with a base year from April 29, 2025, to April 28, 2026, extendable through four option years until April 28, 2030, highlighting the importance of Utech's unique capabilities in fulfilling the government's specific needs. Interested vendors may submit a capability statement to demonstrate their qualifications, but questions or requests for information will not be accepted, and any challenges to this sole source requirement must be received by March 13, 2024. For further inquiries, vendors can contact John Lam Ho at ho.j.lam.civ@health.mil or Karen Cusson at karen.r.cusson.civ@health.mil.
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc.
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc. for the procurement of specialized electromedical and electrotherapeutic apparatus. This procurement is in accordance with FAR 6.302-1, indicating that COSMED USA Inc. is the only source capable of fulfilling the specific requirements for these critical medical devices. The goods are essential for supporting the operational readiness and medical capabilities of the Navy. Interested parties can reach out to Kelly Polson at kelly.polson@navy.mil for further inquiries regarding this opportunity.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    Zimmer Procedural Packages Combined Synopsis
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking to procure Zimmer Biomet's orthopedic procedural packages through a contract valued at approximately $103.9 million over five years, aimed at enhancing the purchasing process for Military Treatment Facilities (MTFs). This initiative, part of the Manufacturer Direct Program, emphasizes the necessity of Zimmer's specialized, brand-name products for orthopedic surgeries, which are critical for effective surgical outcomes. The procurement will utilize Just-in-Time (JIT), Direct Vendor Delivery (DVD), and Consignment delivery methods to ensure timely availability of these essential supplies, with the solicitation to be published on SAM.gov. Interested parties can contact Matthew Peoples at matthew.peoples@dla.mil or by phone at 215-737-2078 for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.