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
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
W065--Bed Rentals
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide bed rental services for the North Texas Veterans Health Care System and the Dallas VA Medical Center. The procurement aims to identify contractors capable of supplying patient care equipment, including beds with specific safety features, weight capacities, and operational capabilities, while adhering to strict sanitation standards and providing necessary staff training. This initiative is crucial for ensuring the availability and safety of patient care environments for veterans, with the contract period anticipated from May 5, 2025, through May 4, 2029. Interested parties should direct inquiries to Contract Specialist Maria Orosco-Hofmann at maria.hofmann@va.gov or call 210-694-6375, with responses due by April 25, 2025, at 10:00 AM Central Time.
Notice of Intent to Sole Source Rees Temperature Monitoring System Maintenance Services at Travis Air Force Base
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Rees Scientific Corporation for maintenance services of the Rees Temperature Monitoring System at Travis Air Force Base, California. The contract will encompass comprehensive non-personal services, including preventative maintenance, inspection, calibration, and system upgrades to ensure compliance with manufacturer specifications and regulatory requirements. This maintenance is critical for safeguarding temperature-controlled storage of medical substances, particularly in the context of the Armed Forces Whole Blood Processing Laboratory and the 60th Medical Group. Interested vendors may challenge this sole sourcing by submitting capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:00 AM Pacific Daylight Time on May 9, 2025, with the total estimated contract value exceeding $290,000 over a performance period extending to 2031.
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), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties 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.
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.
Notice of Intent to Award a Sole Source BPA
Buyer not available
The Defense Health Agency (DHA) intends to award a Sole Source Blanket Purchase Agreement (BPA) to Broughton Pharmaceuticals, LLC for the procurement of specialty pharmaceuticals, including oral, injectable, and inhalation forms. This procurement is being conducted under FAR 13.501(a)(1), indicating that no competitive solicitations will be available at this time, and it aims to ensure the military healthcare system has access to essential specialized health services and products. Interested parties may submit capability statements by April 30, 2025, at 2:00 PM EST, to the designated contacts, Oneil Sharpe and Mrs. Faatalivale M. Te’o-Lewis, for consideration regarding potential competitive procurement, although the final decision will rest with the government.
Notice of Intent to acquire OptiTrack Motion Capture System
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the acquisition of an OptiTrack Visual Motion Capture System with Active Tracking, specifically for the Orthopedics & Podiatry Department at the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing motion capture capabilities in medical assessments and treatments, thereby supporting the healthcare services provided to military personnel. The contract will be awarded under the authority permitting “Other than full and Open Competition” as outlined in FAR 13.106-1(b)(1), with interested parties encouraged to express their capabilities by April 30, 2025, via email to Kendall Spann at kendall.j.spann.civ@health.mil. No competitive proposals will be solicited, and all submissions should be at no cost to the Government.
Notice of Intent to Sole Source - Dental chair installation services - USNH OKINAWA
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to A-DEC Inc. for the installation of twelve dental chairs and related equipment at the United States Naval Hospital Okinawa, Japan. This procurement involves the de-installation of existing dental chairs and the installation and calibration of new A-DEC dental equipment, which is critical for maintaining operational readiness and ensuring the delivery of safe dental care to eligible beneficiaries. A-DEC Inc. is the only source capable of providing these specialized services due to their status as the original equipment manufacturer, and market research indicates that in-house technicians lack the necessary certifications for this work. Interested vendors may submit capability statements to challenge this determination by 8:00 AM Pacific Daylight Time on April 30, 2025, to Ashley Hodge at ashley.n.hodge4.civ@health.mil.
Medical Linen Services: 23d Medical Group Clinic, Moody Airforce Base, Georgia
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals for Medical Linen Services at the 23d Medical Group Clinic located at Moody Air Force Base in Georgia. The contract requires the contractor to provide comprehensive linen services, including the supply, cleaning, and delivery of medical linens, adhering to strict hygiene standards and performance metrics outlined in the Performance Work Statement. This procurement is crucial for maintaining sanitary conditions in military healthcare settings and is exclusively set aside for small businesses, reflecting the government's commitment to fostering local contractor engagement. Interested parties must submit their proposals electronically by the specified deadline, with questions directed to Mary Shifflett and Rebecca Brashears via email by May 2, 2025.
Hemodialysis Units with Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for eight hemodialysis units with accessories to be delivered to the Burn Intensive Care Unit at Brooke Army Medical Center in Fort Sam Houston, Texas. This procurement is part of a combined synopsis/solicitation and is aimed at fulfilling critical medical equipment needs for military healthcare facilities. The contract is open to all eligible businesses, with a focus on compliance with Federal Acquisition Regulation (FAR) clauses and promoting opportunities for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers by April 25, 2025, at 10:00 AM CST, and direct any questions to Mr. Wayne Thompson at (210) 221-5022 or via email at wayne.v.thompson3.civ@health.mil by April 18, 2025.