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
    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
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Sole Source Justification for Fatigue Science @ Travis AFB, CA.
    Dept Of Defense
    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 Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    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.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    SOLE SOURCE – VXI CARD AND VOLTMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is issuing a sole source justification for the procurement of a VXI card and voltmeter. This equipment is critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. The procurement aims to ensure the availability of specialized instruments that meet the stringent requirements of military operations. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    J&A For Only One Source
    General Services Administration
    The General Services Administration (GSA) is seeking to procure Special Operations Forces Survival Support and Equipment exclusively from Atlantic Diving Supply, the sole U.S. military vendor for these items. This procurement involves Brand Name Special Forces equipment, specifically Inovytec products, aimed at enhancing the lethality, survivability, and mobility of individual operators within the United States Army Special Operations Command (USASOC). The equipment is critical for supporting military operations and ensuring the effectiveness of special forces personnel. For further inquiries, interested parties can contact Laura Demanche at laura.demanche@gsa.gov or Victoria Howland at victoria.howland@gsa.gov.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    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.
    3-Season Sleep System & Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a 3-Season Sleep System and its components. This opportunity includes a complete system, sleeping bags, and various components, with specific National Stock Numbers (NSNs) and interchangeable quantity requirements outlined for each item. The procurement is significant for military operations, providing essential sleeping gear for troops, and will be solicited in two equal lots, with one lot set aside for small businesses and the other unrestricted, emphasizing a preference for HUBZone small business concerns. Interested vendors should prepare to submit a Product Demonstration Model and certified test reports as part of their proposals, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Turkessa Cook-Muhammad at turkessa.cook@dla.mil or Maria Sesso-Punzo at maria.sesso-punzo@dla.mil.
    Hologic Covid Testing Supplies
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.