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
  1. 1
    Posted Jul 23, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 23, 2024, 12:00 AM UTC
  3. 3
    Due Jul 24, 2025, 4:00 PM UTC
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
Special Notice
Similar Opportunities
6515--Intent to Sole Source Notice for a Unit Dose Packaging System for the James J. Peters VAMC.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Packaging, Inc., LLC for a Unit Dose Packaging System at the James J. Peters VA Medical Center in Bronx, NY. This procurement, identified by solicitation number 36C24225Q0512, includes the Auto-Print 2.0" Standard Unit Dose Packaging System, Pak-EDGE UD 2.0 Software, a 2D USB Barcode Scanner, as well as installation, training services, and warranty support. The goods and services are critical for enhancing medication management and patient safety within the VA healthcare system. Interested parties may express their interest and capability to provide equivalent services by submitting their responses to Jonatan Rondon at jonatan.rondon@va.gov by 16:00 EST on April 9, 2025, as no proposals will be accepted for this sole-source procurement.
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.
MRidium Infusion System
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to IRADIMED CORPORATION for the maintenance and service of the MRidium Infusion System at the Naval Medical Center in San Diego, California. This procurement aims to ensure the operational reliability of critical medical equipment through a service maintenance contract that includes a base year and two option years, covering various service plans such as MRidium Premium Maintenance and Assurance Elite Service Plan for Electrophysiology. The contract is vital for maintaining the functionality of essential medical devices, with the unique capabilities of IRADIMED CORPORATION identified as necessary to meet the government's requirements. Interested firms may submit capability statements by April 7, 2025, to Dania Suazo at dania.suazo.civ@health.mil, as this notice does not initiate a competitive solicitation process.
NOTICE OF INTENT SOLE SOURCE HILLROM SPECIALTY HOSPITAL BEDS
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hill-Rom Inc. for the rental of specialized hospital beds at the David Grant Medical Center located at Travis Air Force Base. The contractor will be responsible for providing comprehensive non-personal services, including labor, transportation, delivery, repair, and cleaning of the medical beds, ensuring compliance with FDA standards and HIPAA regulations. This procurement is critical for maintaining high-quality patient care and operational efficiency within the medical facility. Interested parties may submit a capability statement by April 7, 2024, to Kenneth Harmon at KENNETH.D.HARMON.CIV@HEALTH.MIL, as the contract is set to be awarded for a firm-fixed price with an ordering period from May 7, 2025, to May 6, 2030.
Notice of Intent to Award Sole-Source - Evotech Chemical Sterilizer and STERRAD 100NX System - Sole Source (Fort Riley)
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to Advanced Sterilization Products Services Inc. for maintenance services related to the Evotech Chemical Sterilizer and STERRAD 100NX System at Fort Riley, Kansas. This procurement aims to ensure the continued operational efficiency and reliability of critical sterilization equipment used in military medical facilities. The contract, identified as W81K00-25-P-A058, is expected to be awarded on or about April 9, 2025. Interested parties may contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further information regarding this opportunity.
Notice of Intent to Sole Source - Blood Analyzers
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.
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.
Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense (DoD) is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) related to pharmaceutical agents under the Uniform Formulary (UF) for the Military Health System (MHS). This procurement aims to establish an effective pharmacy benefits program, ensuring the selection of clinically and cost-effective pharmaceutical agents as mandated by law (10 U.S.C. § 1074g). The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review newly approved drugs, with quotes due by April 17, 2025. Interested manufacturers should submit their proposals, including a signed quote and National Drug Code (NDC) price list, to the primary contact, Keith Marasigan, at keith.b.marasigan2.ctr@health.mil, or the secondary contact, Stephanie Erpelding, at stephanie.j.erpelding.civ@health.mil.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.