Notice of Intent to Sole Source Immersive Studio Software Licenses
ID: USHS_NoticeOfIntent_Immersive_Studio_LicensesType: Special Notice
Overview

Buyer

DEPT OF DEFENSEUNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS)USUHSBETHESDA, MD, 20814-4712, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 2:00 PM UTC
Description

The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Echo Healthcare Inc. for Immersive Studio software licenses and a warranty for the immersive projection screen. This procurement is essential for USU to provide its students with necessary training and support military medical readiness, including access to Immersive Studio’s API and content library, as well as ten software user accounts. Interested parties may submit proposals demonstrating the potential benefits of competitive procurement, although the government will not cover any associated costs, and responses must be submitted via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 3:06 PM UTC
The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Echo Healthcare Inc. for access to Immersive Studio’s API and content library, alongside a license for the BioDigital content creation platform. This procurement is necessary for USU to ensure its students receive essential training and support military medical readiness. The contract also includes ten software user accounts and a warranty for the immersive projection screen provided by Echo Healthcare, identified as the sole vendor capable of fulfilling these specific government requirements. Interested parties may submit proposals demonstrating that competitive procurement could benefit the government, but the government will not cover any associated costs. Responses must be submitted via email by the specified deadline.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Upgrade AFRRI Electronic Security System
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS) intends to award a sole-source, firm-fixed-price contract to Signet Technologies, Inc. for the upgrade and installation of the Electronic Security System (ESS) at the Armed Forces Radiobiology Research Institute (AFRRI) in Bethesda, Maryland. This procurement aims to enhance the existing security infrastructure, as Signet is the original designer and installer of the system and holds proprietary rights, making them the only qualified provider for these upgrades. The initiative is crucial for maintaining operational readiness and ensuring the security of military health professionals' training environments. Interested vendors may submit proposals demonstrating their capabilities, although there is no obligation for USUHS to consider them; inquiries can be directed to Christopher White at christopher.white@usuhs.edu.
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.
Advanced 3D Imaging system
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Terarecon INC. for the provision of an Advanced 3D Imaging system to enhance its Picture Archiving and Communication Systems (PACS). The primary objective of this procurement is to transition from multiple local PACS solutions to a unified enterprise-level Advanced 3D solution, which includes an integrated graphical user interface and improved interoperability among existing systems. This initiative is crucial for advancing imaging capabilities within the DHA's healthcare delivery framework, ensuring compliance with industry standards and cybersecurity measures. Interested parties must submit their capabilities statements to the Contract Specialist, Jessee Chege, via email by 12:00 p.m. ET on April 21, 2025, and must affirm their active registration in the System of Award Management (SAM).
U001--Didactic training for the Dental Residency Program
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract for didactic training related to the Dental Residency Program at the VA Providence Healthcare System in Rhode Island. This procurement will be negotiated exclusively with Sunset Park Health Council, Inc., utilizing the NAICS code 611710 and PSC U001, under the authority of FAR 13.106-1(b), which allows for solicitation from a single source. The training services are crucial for enhancing the educational support provided to dental residents, ensuring they receive the necessary instruction and resources. Interested parties may reach out to Contract Specialist Philip Silva via email at Philip.silva1@va.gov or by phone at 781-687-2000 for further inquiries regarding this opportunity.
Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
Buyer not available
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.
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.
DA10--Synchronicity Picture Archiving and Communications System (PACS)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Fujifilm Healthcare Americas Corporation for the Synchronicity Picture Archiving and Communications System (PACS) to be implemented at the Philadelphia VA Medical Center. This contract will cover the implementation, licensing, and training for an ultrasound PACS image storage system, which is critical for enhancing the storage and review of ultrasound images in departments such as Critical Care and Emergency. The system will integrate with existing healthcare infrastructures using DICOM and HL7 standards, addressing significant gaps in ultrasound image management and supporting legal documentation for procedural cases. Interested parties must submit their capability information by April 10, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, as no competitive proposals will be accepted.
Unmanned Aerial Vehicle (UAV) and Unmanned Aircraft System (UAS) Training
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to acquire training courses for operators of the BlackJack Unmanned Aerial Vehicle (UAV) and Scan Eagle Unmanned Aircraft System (UAS) through a sole source procurement. This training is intended for the Naval Education and Training Security Assistance Field Activity (NETSAFA), which coordinates international education and training for the U.S. Navy, emphasizing the operational capabilities of these UAVs for surveillance and reconnaissance missions. The government plans to award a firm fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Insitu, Inc., the Original Equipment Manufacturer, with performance expected to commence around June 20, 2025. Interested parties can direct inquiries to Erin Kilrain at erin.kilrain@navy.mil, with the procurement process governed by FAR Subpart 13.5.
Notice of Intent to Sole Source_ CN Bio Innovations
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source contract to CN Bio Innovations Limited for the procurement of a PhysioMimix Organ-on-a-Chip (OOC) Multi-Organ Standard System and a Full System. This specialized equipment is required to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) and must facilitate advanced organ modeling, including adjustable perfusion and fluidics, 3D organ model formation, and automation for long-term experiments. The systems will include necessary accessories and training for personnel, with a warranty period of two years post-delivery. Interested vendors may challenge this sole-source determination by submitting a capability statement by April 14, 2025, and inquiries should be directed to Matthew Gembe at matthew.w.gembe.civ@health.mil or by phone at 301-619-1350.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.