Volumetric Diffusive Respirators (VDRs)
ID: W81K0025QA082Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Defense, specifically the Medical Readiness Contracting Office West, is seeking to procure eight Volumetric Diffusive Respirators (VDRs), model K00008-1, VDR-4, for use at the Burn Intensive Care Unit of Brooke Army Medical Center in Fort Sam Houston, Texas. This procurement is critical for providing high-frequency ventilation and patient safety features, particularly for burn patients, and is being conducted as a sole source contract with Sentec, Inc., the only identified supplier capable of meeting these specific requirements. Interested vendors are encouraged to submit offers, with a deadline for questions set for May 27, 2025, and a delivery date for the respirators required by September 30, 2025. For further inquiries, potential contractors can contact Christina Sylvester at christina.b.sylvester.civ@health.mil or James M Davis at james.m.davis1.civ@health.mil.

    Files
    Title
    Posted
    The Medical Readiness Contracting Office West (MRCO-W) plans to issue a sole source firm fixed-price contract to Sentec, Inc. for procuring eight Volumetric Diffusive Respirators (model K00008-1, VDR-4) for the USAISR Respiratory Therapy Department at Brooke Army Medical Center, Fort Sam Houston, TX. This contract is justified under FAR 13.501, indicating that Sentec is the sole provider of these essential respiratory products, with no competition expected due to the absence of alternative sources. Market research failed to identify any other vendors capable of meeting the agency's requirements, despite efforts to solicit competition. A notice was published on sam.gov, inviting interested parties to submit proposals, but no responses were received. The respirators are deemed critical, particularly for burn patients, providing unique functionalities such as high-frequency ventilation and real-time wave analysis. The document emphasizes future evaluations for market alternatives but currently confirms Sentec as the exclusive supplier. Ensuring compliance with legal frameworks, this procurement reinforces the military's capacity in medical readiness and patient care.
    The Women-Owned Small Business (WOSB) solicitation outlines the requirements for a contract to supply Volumetric Diffusive Respirators (VDR) and related services to the U.S. government, specifically for medical use. The solicitation details the submission process, including deadlines, contact information, and necessary credentials for potential contractors. The VDR specifications emphasize performance standards such as the ability to provide high-frequency ventilation and patient safety features. The contract includes firm fixed pricing for eight units of VDR and related shipping costs. Additionally, it addresses clauses applicable to the contract from various regulations, including requirements for fair pricing, registration in the System for Award Management (SAM), and adherence to federal acquisition regulations. The contracting process encourages participation from small businesses, especially women-owned entities, thereby promoting equal opportunities in government procurement. Emphasizing compliance with legal clauses and proper invoicing through the Wide Area Workflow (WAWF) system, the document serves as a vital guide for prospective suppliers looking to engage with federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vitrocell Cloud Alpha 12
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Vitrocell Systems for the procurement of a Vitrocell Cloud Alpha 12 system and associated accessories. This contract is part of a project funded by the Defense Threat Reduction Agency aimed at enhancing capabilities at the United States Army Medical Research Institute of Infectious Diseases for aerosol exposure of pathogens, requiring specific system features such as compatibility with 24-well inserts and the ability to nebulize liquid aerosols. Interested parties are invited to respond within 15 days to this presolicitation notice, as the government is open to considering competitive procurement based on the responses received; for further inquiries, potential vendors can contact Eric Zampelli at eric.m.zampelli.civ@health.mil or by phone at 301-619-8807.
    42--WASHER,RESPIRATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of respirator washers, specifically NSN 4240013664655, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of 2 units to be delivered to DLA Distribution within 164 days after order placement, with the approved source being 3J051 GS2600. These washers are critical for ensuring the safety and functionality of respiratory equipment used by military personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address provided in the solicitation document.
    FlexiVent System Purchase
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the purchase of a FlexiVent system from SCIREQ (Scientific Respiratory Equipment Inc.), a specialized mechanical ventilator designed for preclinical respiratory studies. This procurement is essential for enhancing the capabilities of the Naval Medical Research Unit Dayton (NAMRU-D) in conducting high-precision lung function testing on small animal models, which is critical for military-relevant toxicology studies. The FlexiVent system is uniquely suited for toxic inhalation exposure studies, and market research has confirmed that SCIREQ is the only manufacturer capable of providing this specific technology, ensuring compatibility with existing research protocols. Interested vendors must be registered with the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczek at michael.ponczek@us.af.mil for further information.
    FSC 4240
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for a Long-Term Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various safety equipment, specifically respiratory protection items, under solicitation number SPE8E5-25-R-0005. The procurement includes a range of National Stock Numbers (NSNs) related to masks, respirators, and accessories, primarily sourced from Mine Safety Appliances Company (MSA), with an estimated total contract value of approximately $6.7 million over five years, including a guaranteed minimum of $134,566 during the base period. This acquisition is critical for ensuring the safety and health of personnel, and proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, with a delivery schedule of 120 days post-order. Interested vendors can contact Magda Gonzalez at Magda.gonzalez@dla.mil or Joel Dalafave at Joel.Dalafave@dla.mil for further information, with the solicitation expected to be released on June 12, 2025.
    VALVE,BREATHING APP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking sources for the procurement of 395 units of a breathing app valve, identified by NSN 4240-016733384. This opportunity is part of a Full & Open Competition, with the intent to award a single contract to the responsible offeror whose proposal represents the best value to the Government, considering both price and past performance. The delivery timeline for the required items is set at 180 days, with an anticipated award date of March 18, 2025. Interested parties should direct inquiries to Richard Ballezzi at richard.ballezzi@dla.mil, and note that the Buy American Act Certification applies to this procurement, with responses due by June 20, 2025.
    16--CONCENTRATOR,OXYGEN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 63 units of a concentrator oxygen system, identified by NSN 7R-1660-016781742-V2 and reference number 3261129-0104. This procurement is classified as a sole source requirement, with Mission Systems Davenport Inc. being the anticipated sole provider due to the critical nature of the item and the lack of available technical data for alternative sources. Interested parties must contact Kristin Clemens at (215) 697-3814 or via email at KRISTIN.CLEMENS@NAVY.MIL to express interest or inquire about the source approval process, as proposals must be submitted within 45 days of this notice to be considered for award.
    42--REGULATOR,BREATHING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 168 units of breathing regulators, identified by NSN 4240015561785. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the importance of supporting small businesses in the defense supply chain. The breathing regulators are critical for fire, rescue, and safety operations, ensuring the safety and effectiveness of personnel in hazardous environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    42--FACEPIECE,BREATHING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of facepieces for breathing apparatus, specifically NSN 4240015678181, with a total quantity of 112 units to be delivered to DLA Distribution Puget Sound. This procurement is critical for ensuring the availability of essential safety equipment used in various defense and emergency response operations. The solicitation is classified under the NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, and is set aside for Historically Underutilized Business (HUBZone) participants. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 83 days after the award date.
    6505--RSV Vaccine
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) 36E79725R0043 for the procurement of the Respiratory Syncytial Virus Vaccine (RSV Vaccine) to serve the VA, Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Centers (FHCC). This unrestricted procurement aims to secure a reliable supply of approximately 248,803 vials of the RSV Vaccine annually, with a contract period of one year and options for four additional one-year periods. The awarded vaccine will be a mandatory source unless deemed clinically inappropriate for certain patient demographics, and all offerors must provide detailed information on the vaccine products, including unique NDC numbers and package sizes. The RFP is expected to be issued on or around June 2, 2025, with a response deadline of June 16, 2025; interested parties should direct inquiries to Deb Fassl at Deborah.Fassl@va.gov or Nicholas McGregor at Nicholas.McGregor@va.gov, and regularly check SAM.gov for updates.
    6515--VCB - Defibrillators
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified vendors for the procurement of two R Series ALS Defibrillators and associated lithium battery packs for the Valley Coastal Veterans Affairs Medical Center in Harlingen, Texas. This Request for Proposal (RFP), identified by solicitation number 36C25725Q0600, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to enhancing medical capabilities for veterans while supporting veteran-owned enterprises. Proposals are due by 10:00 AM Central Time on June 20, 2025, and interested parties should contact Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further details regarding submission requirements and specifications.