Bayer Injectors
ID: W81K0225QA032Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYMEDCOM

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 13, 2025, 12:00 AM UTC
  3. 3
    Due Mar 20, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army's Joint Base Lewis-McChord Health Contracting Branch, intends to award a sole-source contract for maintenance and repair services of Bayer Injectors Systems. This procurement requires certified Bayer Healthcare service technicians to ensure compliance with proprietary software updates and calibration, emphasizing the importance of maintaining high-quality healthcare for military beneficiaries. The contract is expected to span three years, from May 1, 2025, to April 30, 2028, with interested parties encouraged to submit their capabilities documentation by March 20, 2025, to Nadine Kohler and Scott Barr via email.

Point(s) of Contact
Files
Title
Posted
Mar 13, 2025, 3:07 PM UTC
The Performance Work Statement (PWS) for the Bayer Injectors System at Madigan Army Medical Center outlines the contractor's responsibilities for providing maintenance and repair services for government-owned medical equipment. The contract is a non-personal services agreement focused on ensuring high-quality healthcare for military beneficiaries by employing Original Equipment Manufacturer (OEM) certified technicians. The scope includes mandatory preventive maintenance, calibration, and timely modifications according to OEM specifications. Communication and coordination responsibilities are assigned to designated points of contact from both contractor and government sides. Key aspects include adherence to various regulations and standards, quality management processes, and conflict of interest clauses. Contractors must maintain equipment in optimal condition, with a performance requirement that emphasizes a quality assurance process and includes strict response times for service calls. The document also details the necessary credentials and training for contractor personnel, ensuring compliance with security protocols and federal guidelines. This PWS highlights the importance of maintaining accurate standards in military healthcare systems, reflecting the government's commitment to providing efficient medical services while ensuring the contractors' operations align with regulatory frameworks and ethical guidelines.
Lifecycle
Title
Type
Bayer Injectors
Currently viewing
Special Notice
Similar Opportunities
Notice of Intent - Sole Source for Warranty and Service for ConMed Airseal and Helix Argon
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Lovell Government Services, Inc. for extended warranty and service plans for seven AirSeal iFS units and two Helix Argon Beam units at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is essential for maintaining the operational readiness and reliability of critical medical equipment used in the Main Operating Room. The contract will be awarded under the authority permitting “Other than full and Open Competition,” and interested parties may express their capabilities by emailing Kendall Spann at kendall.j.spann.civ@health.mil by 12:00 PM EST on March 19, 2025. Please note that this notice is not a request for competitive proposals, and phone inquiries will not be accepted.
Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with AB Sciex LLC for maintenance services of designated laboratory equipment at the Defense Health Agency (DHA) located at Dover Air Force Base, Delaware. The procurement involves a Firm Fixed Price (FFP) maintenance contract that includes preventative maintenance, inspections, calibrations, and corrective repairs for AB Sciex laboratory equipment, which must be maintained according to original equipment manufacturer (OEM) specifications to ensure optimal performance. Interested parties are invited to submit their capability statements, including technical data and cost estimates, by 4:00 PM Local ET on March 28, 2025, to Brian Miller at brian.d.miller1.civ@health.mil, referencing notice number W81XWH19R0039.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
J065--TCGRx Pharmacy Contract
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a sole-source, firm-fixed price contract to Chudy Group LLC for the maintenance of TCGRx pharmacy equipment at the James J. Peters VA Medical Center in Bronx, New York. The contract will cover a base year starting September 1, 2025, with options for four additional years, ensuring the proper upkeep of essential medical equipment critical for pharmacy operations. Interested vendors are invited to express their capabilities and interest by submitting written responses by March 19, 2025, at 12:00 PM ET, with all submissions directed to Contract Specialist John Bolt at john.bolt@va.gov. It is important to note that this notice is not a request for competitive quotes, and only registered contractors in the System for Award Management (SAM) will be eligible for the award.
Environmental Monitoring Technical and Maintenance Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Environmental Monitoring Technical and Maintenance Services to Rees Scientific Corporation. This contract will provide essential maintenance services, including annual system revalidation and technical support for a government-owned environmental monitoring system with 1,200 inputs across seven management nodes, ensuring compliance with healthcare quality standards. The contract is crucial for maintaining operational efficiency and safety at the Walter Reed National Military Medical Center in Bethesda, Maryland, with an estimated performance period from May 1, 2025, to April 30, 2030. Interested parties must express their capabilities by March 21, 2025, via email to Judith S. Meynard and Erica S. Oh, as this notice is not a request for competitive proposals.
Syringes with Permanently Attached Safety Needles
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide syringes with permanently attached safety needles for Military Treatment Facilities (MTFs) within the Military Health System (MHS). This procurement aims to standardize medical supplies and ensure safety in medical practices, with an estimated annual demand of approximately $268,297.12 based on recent usage data across various military branches. Interested vendors must be listed on the Qualified Suppliers List (QSL MN-2403-11) and submit discounted pricing quotes below Distribution and Pricing Agreement (DAPA) rates by 5:00 PM local Philadelphia time on March 27, 2025, with the anticipated selection date set for April 25, 2025. For further inquiries, vendors may contact Mr. Arthur Redmond at arthur.b.redmond.ctr@health.mil or Mr. David Sheaffer at david.v.sheaffer.ctr@health.mil.
Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
J065--Intent to Sole Source PM&R Acist Injectors | NCO 4 Services 3
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance of ACIST Contrast Injectors at the Pittsburgh VA Medical Center. The contract will provide full service and maintenance for the Government-owned ACIST Contrast Injector, ensuring its reliability through preventive and corrective maintenance, repair, and software updates, with a focus on compliance with federal regulations and standards. This procurement is critical for maintaining high operational standards for medical equipment, which directly impacts patient health and safety. Interested vendors may submit capability statements to Contract Specialist Adriane Perretti via email by March 21, 2025, at 3:00 PM EST, with the acquisition classified under NAICS code 811210 and a standard size threshold of $34 million.