Disposable Ambu Scopes U.S. Naval Hospital Okinawa, Japan
ID: HT941024Q2088Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Defense Health Agency (DHA) is seeking qualified vendors to provide Ambu aScope Rhinolaringo Slim Disposable scopes for the U.S. Naval Hospital Okinawa, Japan. This procurement involves the supply of brand-name disposable scopes essential for the Otolaryngology (ENT) Department to ensure effective patient care, with a delivery schedule spanning from September 2024 to September 2026. The scopes will be utilized in conjunction with Ambu monitors for recording and storing patient examinations, highlighting their critical role in medical procedures. Interested parties must submit their quotes by following the instructions outlined in the solicitation HT941024Q2088, with the initial delivery of 8 cartons required by September 30, 2024. For further inquiries, vendors can contact Raphael Badagbor at raphael.k.badagbor.civ@health.mil or Shannon La Com at shannon.lacom2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This acquisition document outlines the Federal Acquisition Regulation (FAR) provisions and Defense Federal Acquisition Regulation Supplement (DFARS) clauses applicable to a specific federal procurement. It highlights compliance requirements related to business ethics, environmental impact, contractor obligations, and safeguards for sensitive information. Key provisions include certifications for handling telecommunications equipment, protecting against trafficking, maintaining supply chain security, and compliance with various laws governing labor, equal opportunity, and contractor conduct. It emphasizes transparency in financial dealings and mandates training in privacy and security, particularly concerning personally identifiable information (PII) and protected health information (PHI). The document also details breach response protocols, including immediate reporting requirements to the Department of Homeland Security for cybersecurity incidents and processes for notifying affected individuals in the event of compromised data. This procedural guidance is integral to ensuring contractor compliance with federal guidelines, thereby fostering integrity and accountability in government contracting. The emphasis on safeguarding sensitive information and ethical business practices illustrates the federal government’s commitment to regulatory frameworks supporting transparency and public trust.
    This memorandum outlines the justification for using other than full and open competition for a procurement under the Simplified Acquisition Threshold (SAT) for the U.S. Naval Hospital Okinawa's Otolaryngology Department. The hospital requires Ambu aScope Rhinolaringo slim disposable scopes to ensure effective patient care. The sole sourcing is warranted due to exclusive licensing agreements, as the products are only obtainable from the original manufacturer, Ambu Inc., or their authorized distributor, ASE Direct Inc., which has presented a letter of authorization to sell to the Federal Government. A notice of intent for sole sourcing was publicly announced, but no alternative manufacturers were identified to meet the hospital's specifications. This acquisition process is compliant with FAR regulations, specifically FAR 13.106-1 and FAR 13.106-3, which permit such actions under certain conditions, emphasizing the necessity for brand-specific items. The document includes certifications from technical requirements and contracting officers affirming the accuracy of the justification.
    The document is a combined synopsis/solicitation for the procurement of Ambu aScope Rhinolaringo Slim Disposable scopes, intended for use in the U.S. Naval Hospital Okinawa's Otolaryngology Department. The solicitation number is HT941024Q2088, which outlines the requirements for purchasing these medical supplies from a qualified vendor through a Request for Quote (RFQ) process. The procurement is unrestricted, allowing for full competition, and the delivery of the scopes is scheduled from September 2024 to September 2026. The RFQ includes specific contract line-item numbers (CLIN) for 8 cartons initially, followed by a monthly delivery schedule of 4 cartons for subsequent years. The document stipulates that offerors must comply with several instructions, including providing technical specifications, past performance information, and price quotations. Evaluation criteria prioritize technical capability and past performance over price, emphasizing the government’s intent to secure the most advantageous offer while complying with federal acquisition regulations. Key provisions, requirements for award, and submission instructions are detailed, ensuring transparency and allowing for an efficient procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NASOGASTRIC TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide nasogastric tubes as part of a Standardization Action for Military Treatment Facilities (MTFs) within the Military Health System (MHS). The procurement aims to standardize these medical supplies to enhance operational efficiency and cost-effectiveness, with an estimated annual demand of approximately $236,495 based on historical usage data. Vendors must be on the Qualified Suppliers List (QSL) MW-2402-10 and submit discounted pricing quotes from existing Distribution and Pricing Agreements (DAPA) by September 26, 2024, with the anticipated selection date set for October 10, 2024. Interested vendors can direct inquiries to Arthur Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil for further information.
    TRACHEOSTOMY TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Tracheostomy Tubes as part of a Standardization Action for Military Treatment Facilities (MTFs) across the armed forces. Vendors must be on the Qualified Suppliers List (QSL) MS-2401-03 and are required to submit pricing quotes that are discounted from existing Distribution and Pricing Agreement (DAPA) prices, with an estimated annual demand of approximately $142,507 for these medical supplies. The selected vendor will enter into a five-year Incentive Agreement (IA), with the lowest price determining selection, anticipated by October 10, 2024. Interested vendors must submit their responses, including detailed pricing and product specifications, by 5:00 PM local Philadelphia time on September 26, 2024, and can direct inquiries to Arthur Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    6515--AMBU 5 MONITOR AND DISPOSABLE BRONCHOSCOPES Or Equal
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of the Ambu aBox2 Monitor and Ambu aScope 5 Broncho scopes, along with all necessary accessories. This solicitation aims to acquire specialized medical equipment that is crucial for enhancing patient care and procedural efficiency in medical settings. The procurement process is structured to ensure compliance with federal regulations, with particular emphasis on supporting small businesses, including HUBZone and service-disabled veteran-owned enterprises. Interested vendors should contact Contract Specialist Teresa Beers at teresa.beers@va.gov for further details, and must adhere to the specified submission deadlines outlined in the solicitation document.
    6515--MEDICAL EQUIPMENT SPS CLARUS DIGITAL INSPECTION SCOPES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of Clarus Digital Inspection Scopes, including a 2mm x 110 cm scope and a 1mm x 110 cm dual USB enclosure flexible mount. This contract aims to acquire essential medical equipment that meets strict specifications for examining medical instruments, ensuring functionality and compliance with federal regulations. The selected vendor will be required to deliver the products within 30 days after receipt of order to designated VA locations in Vancouver, WA. Interested parties should submit their offers by September 17, 2024, and can contact Contract Specialist Lalenia Maria at Lalenia.Maria@va.gov for further information.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems (Snorkel Vent Tubes) on behalf of the Walter Reed Army Institute of Research (WRAIR) located in Silver Spring, MD. This procurement is specifically set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for laboratory environments, ensuring proper ventilation and safety during research activities. Interested vendors must submit their proposals by August 29, 2024, at 11:00 AM EDT, and any questions regarding the solicitation should be directed to Rebecca Wisner at rebecca.c.wisner.civ@health.mil by August 14, 2024, at 11:00 AM EDT.
    Medical Sysmex Reagents and Microbiological Media Plates
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support Pacific is conducting market research to identify local sources for the procurement and delivery of medical laboratory reagents and microbiological media plates in support of the United States Naval Hospital (USNH) located in Okinawa, Japan. This sources sought announcement aims to gather information on potential suppliers capable of fulfilling a requirement for Class VIII medical supplies, which are critical for laboratory diagnostics and healthcare operations. The anticipated contract will be a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity type, with a base period of 12 months and one option period, estimated under $250,000, inclusive of shipping and delivery. Interested parties must submit their responses by 12:00 pm JST on October 13, 2024, to the designated contacts, Mamiko Jackson and Arlene Renner, via email.
    Medical Reagents for USNH Okinawa
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support Pacific is conducting a sources sought announcement to identify local sources capable of providing medical laboratory reagents for the United States Naval Hospital (USNH) in Okinawa, Japan. The procurement involves the delivery of CLASS VIII medical laboratory reagents, including Ortho reagents and consumables compatible with VITROS 5600 Analyzers, along with necessary training and maintenance services for the equipment. This opportunity is critical for ensuring the availability of essential medical supplies and maintaining compliance with healthcare standards in a military setting. Interested parties must submit their qualifications and relevant information by September 30, 2024, to the primary contacts, Bradley Ah Nee and Arlene Renner, via email at bradley.ahnee@dla.mil and arlene.renner@dla.mil, respectively. The estimated contract value is under $5.4 million, covering a base period of 12 months with two optional periods.
    Hemostatic Gauze, Chitosan-Based
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors to qualify for a Qualified Suppliers Listing (QSL) for Hemostatic Gauze, Chitosan-Based products intended for use by Military Treatment Facilities (MTFs) and various branches of the U.S. military. Vendors must provide a completed QSL Package, including a DAPA or DMM number, and demonstrate compliance with stringent requirements such as FDA clearance, sterility, and the absence of natural rubber latex in their products. This initiative is crucial for ensuring that military health needs are met with standardized and safe medical supplies, with the QSL expected to be established by November 1, 2024, and notifications of eligibility to submit pricing quotes sent by November 14, 2024. Interested vendors should direct inquiries and submissions to Dr. Jim Quinn at james.e.quinn28.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    Specimen Container Peel Pack
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    Avalon FM50 Fetal Heart Monitor
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors to provide the Philips Avalon FM50 Fetal Heart Monitor and associated equipment for the United States Naval Hospital in Guam. This procurement is essential for enhancing maternal and fetal care, particularly for high-risk pregnancies, as the monitor offers unique features such as simultaneous monitoring of multiple fetuses and advanced diagnostic capabilities. Interested vendors must comply with federal regulations, including registration in the System for Award Management (SAM), and submit their quotes electronically by noon on September 23, 2024, detailing their technical capabilities and pricing. For further inquiries, vendors can contact Merlinda Labaco at merlinda.m.labaco.civ@health.mil or Renier Valdez at renier.s.valdez.civ@health.mil.