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
    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.
    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.
    EndoVault software Services
    Buyer not available
    The Defense Health Agency (DHA) intends to issue a sole-source contract to UTECH PRODUCTS INC for the EndoVault software services, specifically a service maintenance agreement (SMA) for the Endo Vault (EndoSoft ©) endoscopic documentation and IMPAX system at the Naval Medical Center San Diego. This contract, effective from March 1, 2025, to February 29, 2028, will provide essential maintenance and updates for a complex hardware/software system critical for endoscopic procedures across various hospital departments, including Pulmonology and Pediatrics. The SMA will encompass 24/7 technical support, regular software upgrades, and direct assistance to the IT department to ensure optimal functionality of the system. Interested parties must submit their capabilities in writing by February 24, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil.
    "Notice of Intent to Sole Source" Maintenance on SUN CHECK Linear Accelerators at NMCP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a presolicitation notice for a sole source contract for maintenance services on SUN CHECK Linear Accelerators at the Naval Medical Center Portsmouth in Virginia. The procurement aims to ensure the operational efficiency and reliability of these critical medical devices, which are essential for delivering radiation therapy in clinical settings. Interested parties should note that the contract falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a PSC code of J065 for medical equipment maintenance. For further inquiries, potential vendors can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil.
    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.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the maintenance and repair of the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as HT940625Q0004, is a firm fixed-price agreement that will cover a performance period from April 1, 2025, to March 31, 2030, including a base year and four option years. This service is critical for ensuring the operational efficiency and compliance of medical equipment used in patient care, adhering to FDA regulations and maintaining high standards of quality control. Interested contractors must submit their proposals electronically by February 26, 2025, with a focus on technical competency and compliance with federal regulations; inquiries can be directed to Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.
    specialized engineering support in the form of both software programming and hardware integration services for their NUH-60 simulator, other flight simulators, UH-60 helicopter, and other associated research equipment.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking specialized engineering support for software programming and hardware integration services related to the NUH-60 simulator, other flight simulators, the UH-60 helicopter, and associated research equipment. The objective of this procurement is to enhance the operational capabilities and functionality of these critical training and research tools. These services are vital for ensuring the effectiveness and reliability of military training simulations, which play a crucial role in preparing personnel for real-world operations. Interested parties can reach out to Grant Gratton at grant.a.gratton.civ@health.mil or 304-279-3435, or Tonya Kreps at tonya.r.kreps.civ@health.mil or 301-619-2519 for further information.
    Notice of Intent to Sole Source COMSOL License
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source a COMSOL License, which is essential for advanced computational modeling and simulation in various defense health applications. This procurement aims to secure a software license that supports research and development efforts within the Army Medical Research Acquisition Activity, highlighting the importance of such tools in enhancing medical research capabilities. The opportunity is located in Massachusetts, and interested parties can reach out to Jeffrey Sprecher at jeffrey.b.sprecher.civ@health.mil for further details regarding this procurement.
    Notice of Intent to Award Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Getinge USA for the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital located in Fort Riley, Kansas. This contract, which is justified under FAR § 13.106-1(b)(1) due to the unique capabilities of Getinge USA as the sole authorized service provider, is essential for ensuring continuous operation of critical medical equipment, thereby supporting patient care. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with options extending to 2028, potentially raising the total value to $65,218.44. For further inquiries, interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.