NOTICE OF SOLE SOURCE AWARD
ID: W81K0025PA056Type: 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)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is issuing a sole source award for the procurement of polysomnography equipment valued at $52,528.55 for the Carl R. Darnall Army Medical Center Sleep Lab in Fort Cavazos, Texas. This specialized equipment, produced by Nihon Kohden America, LLC, is critical for the accurate diagnosis and treatment of sleep disorders, ensuring compatibility with existing systems and compliance with the standards set by the American Academy of Sleep Medicine. The justification for this sole source procurement highlights that Nihon Kohden is the only authorized vendor capable of supplying this essential equipment to military health facilities, with a delivery date set for May 15, 2025. Interested parties may contact Sheryl Egans at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881 for further information.

Point(s) of Contact
Files
Title
Posted
The document outlines a sole source acquisition justification for the purchase of polysomnography equipment by the Carl R. Darnall Army Medical Center (CRDAMC) Sleep Lab, with a total value of $52,528.55 and a delivery date of 15 May 2025. The selected equipment, produced by Nihon Kohden America, LLC, is essential for accurate diagnosis and treatment of sleep disorders, offering compatibility with existing systems and adherence to the standards set by the American Academy of Sleep Medicine (AASM). The justification emphasizes that Nihon Kohden is the only vendor authorized to supply this specialized equipment to military health facilities, contributing to the Defense Health Agency's standardization efforts. The document confirms that market research resulted in no other potential suppliers, including small businesses under NAICS 334510, capable of meeting the government’s stringent requirements. Failure to procure this equipment would adversely affect patient care by delaying timely diagnosis and treatment. The contracting officer certifies the justification's accuracy and fair pricing, stating that proceeding with sole-source procurement is in the best interest of the government. The document follows federal acquisition regulations for proper competition limitations and publicizing requirements.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Naval Hospital Yokosuka Audiometric Booth
Buyer not available
The Defense Health Agency (DHA) is seeking to procure a double-walled audiometric booth for the Naval Hospital Yokosuka in Japan, with a focus on ensuring high-quality sound isolation for audiometric testing. The contract includes the purchase of the booth, on-site installation, and a 15-year certification, with specific requirements such as soundproofing, high-performance acoustic doors, and a silenced ventilation system. This procurement is critical for enhancing the hospital's capabilities in conducting audiometric evaluations, ensuring compliance with health standards. The estimated delivery date for the booth is August 15, 2025, and interested parties may submit capability statements to contest the sole-source determination, with no telephone inquiries accepted. For further information, contact Bobbie Dobberstein at bobbie.s.dobberstein.ctr@health.mil or CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil.
6515--NKV-330 Ventilator System for Buffalo VA Medical Center Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract for the procurement of fifteen Nihon Kohden NKV-330 Ventilators and associated Nurse Call Cables for the Buffalo VA Medical Center. This contract will be awarded to After Action Medical and Dental Supply, LLC, the only authorized distributor of these ventilators, which have been identified as uniquely meeting the stringent requirements of the facility's Respiratory Therapy department. The estimated value of this firm-fixed-price contract is $227,234.55, and interested vendors may submit capability statements by April 28, 2025, to demonstrate their ability to provide equivalent products, although the government retains discretion regarding the competitive nature of the procurement. For further inquiries, vendors can contact Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
W81K04-25-Q-A003 Intent to Sole Source-BodPod
Buyer not available
The Department of Defense intends to award a sole source contract to COSMED USA Inc. for a maintenance plan service contract for BodPod equipment utilized by Army/Armed Forces Wellness Center Operations at the Defense Centers for Public Health – Aberdeen. This contract, which is set to be awarded on or about July 1, 2025, will cover maintenance services for the Government-owned BodPod equipment, ensuring operational readiness and compliance with health standards. The procurement falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing, and is designated as a Total Small Business Set-Aside. Interested parties may contact Marvin B. Baker or David Robledo via email for further information, although no competitive proposals will be accepted for this opportunity.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
BPA Master Optical Surgical Instruments
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source Blanket Purchase Agreement to Alcon Vision, LLC for the procurement of Surgical Optical Equipment reagents necessary for the Centurion System at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under FAR 6.302-1, which allows for contracts when there is only one responsible source capable of fulfilling the agency's requirements, as Alcon Vision, LLC is the sole manufacturer of the Optical Centurion System. The reagents are critical for the operation of the Centurion System, ensuring that the medical center has access to essential supplies for surgical procedures. Interested parties capable of providing the requested reagents may submit their capabilities and price lists by 10:00 AM EST on May 2, 2025, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
6515--OLYMPUS ENF-VH Flexible video Rhino Laryngoscopes
Buyer not available
The Department of Veterans Affairs, through the Veterans Health Administration's Network Contracting Office 16, intends to award a sole-source contract to Olympus America Inc for the procurement of six ENF-VH Flexible video Rhino Laryngoscopes. This specialized medical equipment is essential for the Central Arkansas Veterans Healthcare System, and the decision to pursue a sole-source contract is justified under FAR Part 8.405-6(a)(1)(B) due to Olympus being the exclusive supplier of these items. Interested parties are invited to submit capability statements to the Contracting Officer, Arlene A. Blade, within three calendar days of this notice, with the effective contract date anticipated to be May 2, 2025. It is important to note that this announcement is not a solicitation for competitive bids, and the Government will not reimburse any costs incurred by respondents.
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.
Vitalstream CM Kits / Wearable Medical Devices
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command, intends to award a contract to Caretaker Medical for maintenance services of wireless wearable medical devices that continuously monitor vital signs. This procurement is a sole source acquisition, as Caretaker Medical is the only authorized vendor for the maintenance of these specialized systems, which are critical for monitoring the health of personnel in operational environments. The contract will be awarded under the Federal Acquisition Regulation (FAR) guidelines, with a Firm Fixed Price Purchase Order planned, and interested parties can reach out to Anna Bollino or Meredith Howes via email for further inquiries. The acquisition falls under NAICS code 334510, with a size standard of 1,250 employees.
Notice of Intent to Award a Sole Source
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.
6515--528-25-3-4085-0088 VHAWNYHCS Dental Heliodent Sole Source Notice
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Dentsply Sirona for the procurement of twelve Heliodent XL dental X-ray units at the Buffalo VA Medical Center in Albany, NY. This procurement is necessary to replace existing dental X-ray units that were installed in 2007 and have surpassed their operational lifespan, with the need for timely replacement underscored by the potential delays in care for veterans. The Heliodent machines are uniquely compatible with the facility's existing dental cabinets, making Dentsply Sirona the sole provider for this equipment. Interested parties can contact Contracting Officer Corey Swinton at Corey.Swinton@va.gov for further information regarding this procurement, which has an estimated value of $29,084.64.