INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
ID: IHS1499130Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    J065--FY25 - ScriptPro Service and Support (Base + 3) Bronx
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to ScriptPro USA Inc. for the maintenance and support of ScriptPro equipment at the James J. Peters VA Medical Center in Bronx, New York, covering the period from March 1, 2025, to February 29, 2029, with an option for three additional years. This contract will encompass comprehensive technical support, software updates, and parts for various ScriptPro systems, ensuring compliance with the manufacturer’s standards and operational effectiveness in VA healthcare facilities. As the only authorized service provider for these specific maintenance services, ScriptPro USA Inc. eliminates the need for competitive quotes, and interested parties have until February 23, 2025, to submit written notifications if they believe they can meet the service requirements. For further inquiries, contact Lisa Harris, Contract Specialist, at Lisa.Harris4@va.gov.
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    FMS Cache Rx Products
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR/ORM-SNS), is seeking qualified vendors to supply FMS Cache Rx Products through a Combined Synopsis/Solicitation. The procurement involves a range of pharmaceutical products, including both over-the-counter and prescription medications, with specific requirements for quantities, packaging types, and compliance with regulatory standards. This initiative is crucial for ensuring the availability of essential medical supplies for government facilities, thereby supporting public health services. Interested vendors should contact Terri Reed at terri.reed@hhs.gov or Kimberly Golden at kimberly.golden1@hhs.gov for further details and to participate in the bidding process.
    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, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.
    6630--Notice of Intent to Sole Source OC-AUTO SENSOR Diana FIT ANALYZER
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source delivery order with Polymedco for the OC-Sensor Diana FIT Analyzer, which is essential for maintaining the operation of its colon cancer screening program. This procurement is necessary to replace an expiring analyzer under an existing Business Partner Agreement, ensuring uninterrupted laboratory services for processing colon cancer screening specimens. The expected award date for this contract is March 15, 2025, and interested parties can direct inquiries to Contracting Officer Peter Park at Peter.Park2@va.gov. This notice serves to fulfill public dissemination requirements and is not a solicitation for competitive proposals.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.