Polysomnography Equipment NOISS
ID: 0012306733Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Medical Readiness Contracting Office-West, intends to award a sole source contract for polysomnography equipment to Nihon Kohden America, LLC, for the Reynolds Army Health Clinic located in Fort Sill, Oklahoma. This procurement aims to enhance the clinic's sleep study capabilities by acquiring additional polysomnography (PSG) and electroencephalogram (EEG) equipment, thereby increasing operational efficiency from five to six lab rooms. The necessity for this sole source award is justified by the critical compatibility requirements with existing equipment and the absence of authorized distributors, as confirmed by market research indicating a lack of small businesses capable of fulfilling this need. Interested parties can direct inquiries to Sara Craig at sara.l.craig2.civ@health.mil or by phone at 254-285-6743, with the contract expected to be awarded on or about August 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fort Hood Health Contracting Branch is seeking polysomnography equipment for the Reynolds Army Health Clinic to expand its sleep study capabilities. This document outlines a new procurement initiative for additional PSG (polysomnography) and EEG (electroencephalogram) equipment aimed at increasing efficiency from five to six lab rooms. The contract will be a fixed-price agreement funded through Department of Health Programs. The justification for limiting competition is based on a sole source determination from Nihon Kohden America, LLC, the original equipment manufacturer, as compatibility with existing equipment is critical, and no authorized distributors exist. Market research confirmed a lack of small businesses capable of providing the necessary equipment, reinforcing the necessity of the sole source award. The procurement process aligns with federal regulations regarding simplified acquisitions under FAR guidelines. Previous contracts with Nihon Kohden serve as evidence of pricing consistency and performance history. This procurement reflects the Army's commitment to enhancing healthcare services while adhering to regulatory compliance.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source - Annual Preventive Maintenance (PM) services - United States Naval Hospital Okinawa (USNHO)
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to Hologic Japan Inc. for annual preventive maintenance (PM) services for Government-owned Hologic equipment at the United States Naval Hospital Okinawa (USNHO) in Japan. These services are critical for maintaining the performance of the Hologic Panther Laboratory nucleic acid test equipment, ensuring accurate results, compliance with regulatory standards, and supporting patient care decisions. Hologic Japan Inc. is the sole Original Equipment Manufacturer (OEM) authorized to provide these services, as confirmed by market research. Interested vendors may submit capability statements to challenge the sole-source basis by December 10, 2025, at 8:00 AM Pacific Daylight Time to Ashley Hodge at ashley.n.hodge4.civ@health.mil.
    Home Sleep Apnea Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    SLEEP STUDIES CLE
    Buyer not available
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Deep oscillation equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking suppliers for deep oscillation equipment, which is essential for performance and recovery applications. This procurement falls under the NAICS code 334510, focusing on electromedical and electrotherapeutic apparatus manufacturing, indicating the specialized nature of the equipment required. The equipment will be utilized to enhance recovery processes, highlighting its importance in supporting military personnel's physical well-being. Interested vendors can reach out to Marlow Amparo at marlow.amparo@socom.mil or call 850-945-6087 for further details regarding the solicitation process.
    Sole Source Justification for Fatigue Science @ Travis AFB, CA.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Fatigue Science products, including the Fatigue Science 360 and Readi Watches, for military personnel at Travis Air Force Base, California. This procurement is justified as a sole source acquisition due to the unique capabilities of Fatigue Science's offerings, which utilize a military-developed biomathematical fatigue model essential for optimizing performance and mitigating fatigue in aviation contexts. The justification process highlighted that no comparable alternatives were found through market research, reinforcing the necessity of these specialized products. Interested parties can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Vitaliy Kim at vitaliy.kim.1@us.af.mil for further information regarding this opportunity.
    Notice of Intent to Award Sole Source - Technelite® Generators Mo99/Tc99m and Xenon 133 Gas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, intends to award a sole source contract to Lantheus Medical Imaging, Inc. for the procurement of Technelite® Generators Mo99/Tc99m and Xenon 133 Gas. This contract is essential for the compounding of various radiopharmaceuticals within the Nuclear Medicine Pharmacy at Brooke Army Medical Center, located at JBSA Fort Sam Houston, Texas. The goods are critical for medical applications, particularly in nuclear medicine, where they play a vital role in diagnostic imaging and treatment. The contract is expected to be awarded on or about January 1, 2026, and interested parties may direct inquiries to Patrick Thielemann at patrick.a.thielemann.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@mail.mil.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    GEM4000 Analyzer Repair
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.