NOTICE OF INTENT SOLE SOURCE HILLROM SPECIALTY HOSPITAL BEDS
ID: HT941025N0068Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hill-Rom Inc. for the rental of specialized hospital beds at the David Grant Medical Center located at Travis Air Force Base. The contractor will be responsible for providing comprehensive non-personal services, including labor, transportation, delivery, repair, and cleaning of the medical beds, ensuring compliance with FDA standards and HIPAA regulations. This procurement is critical for maintaining high-quality patient care and operational efficiency within the medical facility. Interested parties may submit a capability statement by April 7, 2024, to Kenneth Harmon at KENNETH.D.HARMON.CIV@HEALTH.MIL, as the contract is set to be awarded for a firm-fixed price with an ordering period from May 7, 2025, to May 6, 2030.

Point(s) of Contact
Files
Title
Posted
The Defense Health Agency Contracting Activity (DHACA) plans to award a sole source contract to Hill-Rom Inc. for services needed at the David Grant Medical Center at Travis Air Force Base. This decision, based on Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i), allows for contracts without full competition due to Hill-Rom Inc. being the only provider capable of fulfilling the government's requirements. The contract will be a firm-fixed price with an ordering period from May 7, 2025, to May 6, 2030, focusing on the rental of medical equipment classified under NAICS code 532490. Interested parties may submit a capability statement by April 7, 2024, detailing their qualifications related to providing preventive maintenance for the required equipment; such statements must be concise and sent via email for consideration. This notice serves to inform potential suppliers but does not invite competitive proposals, as the government's discretion will determine whether to pursue competition based on the responses received.
Apr 2, 2025, 7:04 PM UTC
The Statement of Work outlines the requirements for bed rental services at David Grant Medical Center (DGMC). The contractor must provide comprehensive non-personal services, including labor, transportation, delivery, repair, and cleaning of specialized medical beds, accessible 24/7. The contractor is responsible for training DGMC operators and ensuring products meet the latest FDA regulatory standards. Equipment offered must be state-of-the-art, with the obligation to provide upgrades as they become available at discounted rates. A dedicated management representative must oversee contract execution and maintain compliance with HIPAA regulations concerning patient data privacy. The document emphasizes the importance of the contractor's adherence to security protocols and breach response measures regarding protected health information. Overall, this document serves as a detailed guideline for prospective contractors to meet government standards for medical equipment provisioning under federal procurement regulations.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
6530--FY25 ACUTE CARE BEDS
Buyer not available
The Department of Veterans Affairs, specifically the VA Caribbean Healthcare System, intends to negotiate a sole source contract for FY25 Acute Care Beds with Baxter/Hill-ROM, identified as the exclusive supplier for Puerto Rico. The procurement aims to secure the Centrella bed, which has successfully passed entrapment risk tests, ensuring it meets the safety and operational standards required for veteran care. This contract, anticipated to be a commodities contract with a delivery timeline of 180 days after receipt of order, is not a solicitation for competitive proposals; however, responses demonstrating competitive advantages for the government will be considered. Interested parties must submit their responses by April 14, 2025, to Contract Specialist Darrin Alexander at darrinalexander2@va.gov.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, emphasizing the importance of maintaining a medically ready force. Key services required under this program include health assessments, physical exams, immunizations, and logistical support for scheduling and service delivery, ensuring compliance with military health standards. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
J065--Stryker In-Touch/Secure II Beds and Stretchers Maintenance and Repair Sole Source
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance and repair of Stryker In-Touch/Secure II Beds and Stretchers at the VA Connecticut Healthcare System campuses in West Haven and Newington, CT. This procurement is based on FAR 13 regulations and necessitates the use of authorized vendors, as Stryker employs proprietary field service technicians (ProCare Services) and exclusively utilizes OEM parts and specific diagnostic tools for servicing its products. The maintenance of these beds and stretchers is critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested parties may express their interest and submit supporting literature to the Contracting Officer, Nathan Langone, at Nathan.Langone@va.gov by April 14, 2025, as this notice is not a request for competitive proposals.
TAMC HOSPITAL LINEN RENTAL SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for hospital linen rental services for the Tripler Army Medical Center and the CPL Desmond T. Doss Health Clinic located in Oahu, Hawaii. The procurement aims to provide essential linen supply services, which are critical for maintaining hygiene and operational efficiency in military healthcare facilities. Interested vendors should note that the primary contact for this solicitation is Monica Perkins, who can be reached at monica.perkins3.civ@health.mil or by phone at 210-295-4622, while secondary inquiries can be directed to Catherine-Tehila Johnson at catherine-tehila.o.johnson.civ@health.mil or 210-221-4978. Further details regarding the solicitation timeline and requirements will be provided in the official documentation.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
NOTICE OF SOLE SOURCE AWARD
Buyer not available
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.
Ramstein AFB PickPoint Will Call System
Buyer not available
The Defense Health Agency (DHA) is planning to award a sole source contract for the PickPoint Will Call System Bag Expansion to Maxor National Pharmacy Services, LLC, also known as PickPoint. This procurement aims to enhance the existing system used for managing pharmacy services at Ramstein Air Force Base in Germany, which is crucial for ensuring efficient medical supply operations. The contract will be a firm-fixed-price agreement with a performance period of six months, and while this notice is not a request for competitive quotes, all responsible sources are invited to submit capability statements for consideration. Interested parties can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or 703-681-8855 for further information.
Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking responses for a Sources Sought Announcement related to the Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order Contract (MATOC) 6.0, aimed at supporting the Defense Health Agency's (DHA) Healthcare Facilities Modernization Program. This initiative focuses on acquiring Design Build (DB) construction services for the renovation and outfitting of healthcare facilities, including hospitals and clinics, with an estimated total contract value of $2.5 billion over a seven-year period. The procurement is intended to ensure robust competition among contractors, particularly encouraging participation from small businesses and those classified under various government designations, such as 8(a), HUBZone, WOSB, and SDVOSB. Interested firms must submit their capabilities by March 4, 2025, and are advised to register in the System for Award Management (SAM) database to qualify for future bidding opportunities, with the complete solicitation expected to be released around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.