INTENT TO SOLE SOURCE: Renewal of service BD PYXIS Equipment / Med Stations at Chinle Service Unit
ID: IHS5424118Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
  1. 1
    Posted Oct 5, 2023 5:13 PM
  2. 2
    Updated Oct 5, 2023 5:13 PM
  3. 3
    Due Oct 12, 2023 11:00 PM
Description

Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to renew the service of BD PYXIS Equipment / Med Stations at Chinle Service Unit in Chinle, AZ. This service involves the annual rental and support services for the BD PYXIS Equipment / Med-stations located throughout Chinle Comprehensive Health Care Facility for Fiscal Year 2024. The period of performance is from 01/01/2024 to 12/31/2024. The proposed contractor, Carefusion Solutions LLC, is the only organization uniquely qualified to provide the required services for Pyxis equipment, products, installation, and maintenance. This notice of intent to award a sole source contract is not open for competitive proposals. The government will issue the contract without further notice if no affirmative written response is received by October 12, 2023, 5:00PM MST.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
6515--528-24-3-7085-0121 | 36C242-24-AP-3497 FY24/PYXIS/ROME Pyxis ES MedStation Brand Name Only Sole Source Award
Active
Veterans Affairs, Department Of
Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole-source contract for Pyxis ES MedStation to CareFusion Solutions, LLC. The Pyxis ES MedStation is a proprietary medication management distribution system that interfaces with VISTA pharmacy packages and other BD/Carefusion products. This equipment will be utilized at the Rome CBOC and needs to interface with the current system in place. The use of Pyxis ES is necessary to avoid staff training and errors associated with running two different medication management systems. Any maintenance performed by a third-party vendor would void the warranty and be unsupported. This notice satisfies the public posting requirements of FAR 13.501.
J065--FY25 BD CareFusion Sources Sought
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) Regional Procurement Office East intends to award a sole source contract to CareFusion Solutions. The contract, lasting from October 1, 2024 to September 30, 2025, relates to the provision of a CareFusion Pyxis Medication Dispenser service plan and a Carefusion Pyxis Tissue & Implant Management System (TIMS) service plan for several VA Medical Centers across New York and New Jersey. Due to patent and copyright restrictions, only CareFusion Solutions, LLC can provide the required services as the original equipment manufacturer. The VA seeks to award the contract without a competition, but it is open to receiving responses from other companies until August 2, 2024. Any interested parties must provide sufficient evidence demonstrating their ability to meet the VA's requirements. The key contact for this opportunity is Kimberly Wiatrowski, whose email address is provided in the primary contact section of this notice.
Intent to Sole Source
Active
Health And Human Services, Department Of
Intent to Sole Source - HEALTH AND HUMAN SERVICES, DEPARTMENT OF - INDIAN HEALTH SERVICE The Navajo Area Indian Health Service, Chinle Comprehensive Health Care Facility (CCHCF), intends to award a non-competitive, sole source purchase order to Tryco Inc., a Woman Owned Small Business (WOSB) based in McLean, Virginia. The purpose of this procurement is to deliver and install the Bioness Integrated Therapy System (BITS) equipment in the CCHCF Physical Rehabilitation Services - Occupational Therapy Department. BITS is a specialized equipment used to challenge and assess the visual, auditory, cognitive, motor, and balance abilities of individuals with deficits from traumatic injuries, movement disorders, and competitive athletes. This sole source award is authorized under the WOSB Program, as stated in FAR Part 6.302-5 (b)(7) and 15 U.S.C. 637(m). The Navajo Area Indian Health Service has determined that Tryco Inc. is eligible for this sole-source contract as a WOSB concern. The acquisition falls under the NAICS code 339112, which is an industry where WOSB concerns are substantially underrepresented in federal procurement. Please note that this notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. However, if any party believes that competition would be advantageous to the Government, they must provide clear and convincing evidence to support their claim. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents. The Government reserves the right to use any non-proprietary technical information obtained from the responses for future competitive procurements. Any solicitation resulting from this analysis will be announced publicly in Federal Business Opportunities. It is important to note that responses to this notice will not be considered adequate responses to a solicitation, and no proprietary, classified, confidential, or sensitive information should be included in the response. For more information, please contact Tanya Begay at tanya.begay2@ihs.gov or 9286747635.
Notice of Intent to Sole Source - Hemodialysis Units and Accessories
Active
Dept Of Defense
Notice of Intent to Sole Source - Hemodialysis Units and Accessories The Department of Defense, specifically the Defense Health Agency (DHA), intends to award a sole source supply contract for Hemodialysis Units and Accessories for Naval Hospital Guam's Intensive Care Unit Department. The purpose of this procurement is to acquire Hemodialysis machines and accessories from Vantive US Healthcare LLC, doing business as Baxter Healthcare Corporation. Baxter Healthcare Corporation is the Original Equipment Manufacturer (OEM) and the only entity authorized to provide all OEM parts, calibrations, and full access to software for calibration for the Government. The Hemodialysis Units and Accessories will be used in the Intensive Care Unit at Naval Hospital Guam. The expected delivery date is on or before September 27, 2024. The specific items being procured include PrisMax V3 US, TherMax Blood Warmer, PrisMax Warmer Arm Kit, TherMax Blood Warmer Pouch Accessory, Prismaflow IIS Blood Warmer-115VAC with High Flow Heating Sleeve, Prismaflo IIS High Flow Heating Sleeve Replacement, and Prismaflo IIS Low Flow Heating Sleeve Replacement. This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Interested sources are required to submit a capability statement that includes management and technical data and cost information to demonstrate their capability to provide the required product. The Government will consider all capability statements received by the due date. A determination to proceed with a sole source purchase order will be made based on the responses received. If any vendor challenges the basis of this requirement, they should email capability statements to Merlinda M. Labaco at Merlinda.m.labaco.civ@health.mil by 1:00 pm Pacific Daylight Time on July 30, 2024. Please note that no telephone requests/offers will be honored.
Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer
Active
Dept Of Defense
Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer The Department of Defense, specifically the Defense Health Agency (DHA), intends to award a sole source service contract to Sysmex America, Inc. for the maintenance and service of the XS-1000i Laboratory Hematology Analyzer located at Air Force 354th MDG - EIELSON Alaska. This contract will be awarded on a firm fixed price basis for a 10-month base period. The objective of this contract is to procure a full service and maintenance contract for the Sysmex Analyzer, which is used for laboratory hematology analysis. Sysmex America, Inc. is the Original Equipment Manufacturer (OEM) and the only authorized provider of preventative maintenance service for this equipment. The company also utilizes OEM parts/components for repairs to ensure optimal function and maintain device liability and warranty. The service agreement must include qualified service personnel capable of performing maintenance and service on the analyzers as required by the manufacturer. Onsite service will be available Monday to Friday from 07:30am to 4:00pm, including all parts, labor, and the manufacturer's service engineer's travel expenses. Additionally, 24/7 telephone support will be provided, with primary onsite service guaranteed within 24 hours of identifying the need for service. Based on market research, Sysmex America, Inc. is the only source that can meet the government's requirements for this service. Therefore, this notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Interested sources are required to submit a capability statement that includes management and technical data, as well as cost information, demonstrating their capability to provide the required supplies. Capability statements should not exceed 6 pages and must be submitted by email in Microsoft Word or Adobe PDF format to mildred.k.pollard-hueitt.civ@health.mil with the subject line "SYSMEX SERVICE - EIELSON AK". The deadline for capability statements is 10:30 AM Pacific Daylight Time on July 31, 2024. No telephone requests/offers will be honored.