Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
ID: HT941025N0015Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Nov 22, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 22, 2024, 12:00 AM UTC
  3. 3
    Due Nov 25, 2025, 6:00 PM UTC
Description

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.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
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.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
Patient(s), Arm, Leg, and Lumbar Simulators with Repair and PM Service Plans
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to negotiate a single source contract for advanced patient simulators and associated services. The procurement includes brand name products such as the HAL S5301 and Super Tory S2220 simulators, along with a preventative maintenance plan that covers parts and labor. These simulators are crucial for training healthcare professionals in various medical procedures, enhancing the quality of care provided to patients. Interested vendors who believe they can supply the specified products are invited to submit a capability statement by 2:00 PM (MDT) on April 18, 2025, to Dallas Begay at Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
Medical Gas for Naval Hospital Guam
Buyer not available
The Defense Health Agency (DHA) is planning to award a sole source contract for medical gas services to Marianas Gas Corporation for the Naval Hospital Guam. The contract will cover the procurement of medical-grade gases, including compressed Medical Air USP, Oxygen USP, and Nitrous Oxide USP, along with cylinder services such as filling, delivery, and emergency procedures. This procurement is critical for ensuring the availability of essential medical gases for healthcare operations at the hospital and associated clinics in Guam. Interested vendors may submit capability statements to Tracy Robinson at tracy.m.robinson18.civ@health.mil by 10:00 am Pacific Daylight Time on April 22, 2025, to challenge the sole source determination.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.
Sole Source Notice of Intent Sterilizer Service, Repair, and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Belimed, Inc. for the service, repair, and maintenance of three Belimed Sterilizers located at the Naval Medical Readiness Training Center (NMRTC) in Bremerton, Washington. The contract will encompass full service, including preventative maintenance, calibration, repair, and provision of parts and labor, ensuring that the sterilizers operate efficiently and comply with federal regulations. These sterilizers are critical for maintaining operational readiness in medical environments, and the contract is justified under FAR 13.106-1(b)(1)(i) due to the necessity of using certified technicians and proprietary parts only available from the original equipment manufacturer. Interested vendors may submit capability statements, but competitive bids are not solicited, and the closing date for challenges is specified. For further inquiries, contact Nickolas E. Romero at nickolas.e.romero.civ@health.mil.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
Repair of Blackhawk UH-60A Helicopter Cabin Simulator
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office - West, intends to award a sole source contract to Newton Designs for the repair of the Blackhawk UH-60A Helicopter Cabin Simulator, which is crucial for the Army Critical Care Paramedic Program (CCPP) training. This one-time requirement supports the training of Army Critical Care Paramedics at the Army Medical Center of Excellence located at Fort Sam Houston, Texas. The contract is expected to be awarded around May 1, 2025, with a primary NAICS code of 811210 for Other Electronic and Precision Equipment Repair and Maintenance, and a business size standard of $30 million. Interested vendors are encouraged to respond to this notice by April 10, 2025, at 10:00 AM CST, and should direct inquiries to Derrick J Johnson at derrick.j.johnson2.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.