INTERCEPT Blood System Platelet Processing and ILLUMINATOR Service Maintenance
ID: HT941025N0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Cerus Corporation for the supply and maintenance of INTERCEPT Blood System Platelet Processing Sets at Naval Hospital Guam. This procurement aims to enhance blood safety by utilizing advanced pathogen reduction technology, which significantly reduces the risk of transfusion-transmitted infections and sepsis, while also eliminating the need for bacterial testing. The contract will cover a base period from December 1, 2024, to November 30, 2025, with two optional extensions available, and interested vendors are invited to submit capability statements by November 4, 2024, to demonstrate their qualifications. For further inquiries, vendors may contact Merlinda Labaco at merlinda.m.labaco.civ@health.mil or Uyen Tran at uyen.t.tran6.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification for Non-Competitive Procurement by the Blood Bank Department in NH Guam for specialized supplies and services from Cerus Corporation. Specifically, it seeks to procure INTERCEPT platelet processing sets and annual maintenance services for equipment necessary for blood safety, crucial for preventing transfusion-transmitted infections. The justification indicates that only Cerus Corporation can fulfill these requirements due to their exclusive technology and FDA approvals, which enhance safety standards by reducing microbial contamination risks. A notice of intent to sole source will be posted on SAM.gov to promote transparency, allowing other suppliers to express interest, even though extensive market research indicated a lack of competitive alternatives due to the highly specialized nature of the products and services. The document emphasizes Cerus Corporation's unique qualifications and exclusive licensing agreements, which support the decision to limit competition. Overall, this procurement process illustrates the government's commitment to ensuring blood safety through advanced technology while adhering to necessary protocols for transparency and competition.
    The Department of Defense, specifically the Defense Health Agency Contracting Activity (DHACA), is issuing a Notice of Intent to award a sole source contract to Cerus Corporation for the supply of INTERCEPT Platelet Processing Sets and related maintenance services for the Blood Bank Department at Naval Hospital Guam. This decision is based on the unique capabilities of Cerus Corporation, which specializes in pathogen reduction technology for blood products, significantly enhancing blood safety. The contract period will run from December 1, 2024, to November 30, 2027, with the possibility of two optional extensions. Interested vendors may submit capability statements to demonstrate their qualifications, but this notice does not invite competitive proposals. Responses will help determine if the procurement will proceed as a sole source or competitively. The deadline for any challenges to the requirement is set for November 4, 2024. This notice emphasizes adherence to the Federal Acquisition Regulation and highlights Cerus Corporation's exclusive operating agreements and proven expertise in blood safety solutions.
    The Statement of Work (SOW) outlines requirements for implementing pathogen reduction technology at Naval Hospital Guam to enhance blood safety. The Navy Blood Program (NBP), part of the Armed Services Blood Program, seeks to reduce transfusion-transmitted infections and associated complications through FDA-approved systems for platelets and plasma. Key requirements include eliminating the need for bacterial testing, enabling the production of therapeutic doses, and providing comprehensive training and maintenance support from a qualified contractor. Maintenance services must address timely repairs and preventive upkeep, ensuring minimal downtime and compliance with established safety guidelines. The contractor is responsible for using authorized personnel and adhering to confidentiality and warranty provisions while maintaining the equipment's integrity over a 12-month period. This undertaking reflects the federal government's commitment to advancing healthcare standards and safety in blood transfusion practices, aligned with broader initiatives for public health.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Blood Testing Supplies and Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Vitalant for blood testing supplies and services at the David Grant Medical Center (DGMC) located at Travis AFB, California. The objective of this procurement is to secure essential blood testing supplies and services, with the contract structured to include a six-month base period starting April 1, 2025, followed by four optional one-year extensions and a potential six-month extension thereafter. This contract falls under the NAICS code 621991, related to Blood and Organ Banks, and the PSC code 6506 for Blood and Blood Products, highlighting the critical nature of these services for military healthcare. Interested parties must submit a capability statement by 10:00 AM Pacific Daylight Time on October 31, 2024, to the primary contact, Danielle Patterson, at danielle.l.patterson3.civ@health.mil, adhering to specified formatting requirements.
    Supply and Delivery of Laboratory Consumables
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for the supply and delivery of laboratory consumables to the U.S. Naval Hospital Guam. This procurement specifically includes items such as positive and negative controls and the AmniSure ROM Test, which are essential for laboratory operations and diagnostics. The contract is set aside for small businesses, emphasizing the government's commitment to promoting small business participation in federal procurement, with a submission deadline for offers by October 25, 2024, at 8:00 PM ET. Interested vendors must ensure compliance with various Federal Acquisition Regulations (FAR) and be registered in the System for Award Management (SAM), with further inquiries directed to Jocelyn Layson-Castillo at Jocelyn.t.layson-castillo.civ@health.mil.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    Coagulation Analyzers Lease for Nellis AFB
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Siemens Healthcare Diagnostics Inc. for the lease and maintenance of two Coagulation Analyzers at Nellis Air Force Base, Nevada. This procurement is essential for the continued operation of the Department of Defense Military Treatment Facility (MTF) at Nellis AFB, ensuring that the facility can meet its medical laboratory testing needs effectively. The contract is set to run from November 17, 2024, to November 16, 2027, and interested vendors are invited to submit capability statements by October 31, 2024, to Belinda Hsieh at belinda.m.hsieh.civ@health.mil, as no competitive proposals will be solicited for this requirement.
    Perseus 500 Anesthesia Workstation Maintenance & Repair Service
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for maintenance and repair services of the Draeger Perseus 500 Anesthesia Workstation at the Navy Medicine Readiness and Training Command (NMRTC) in Lemoore, California. The contract will cover annual preventative maintenance and repair for four anesthesia workstation machines, which are critical for medical operations within the Navy. Draeger Inc. is the only contractor with the proprietary rights necessary to fulfill this requirement, and the ordering period for the contract is set from November 4, 2024, to November 3, 2029. Interested vendors must submit a capability statement by 9:00 AM Pacific Time on October 28, 2024, to the primary contacts, Griffin Bland and Brandi Roberts, via the provided email addresses.
    J065--VISN 6 Biofire Service and Warranty
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source firm fixed price purchase order to bioMérieux, Inc. for comprehensive technical support and maintenance of the BioFire Multiplex testing platform across six VISN 6 facilities, including various Veterans Affairs Medical Centers (VAMCs). This procurement aims to ensure the effective operation of the BioFire system, which is a fully automated multiplex PCR technology capable of rapidly detecting multiple targets from a single sample in approximately one hour, while maintaining compatibility with VA-owned instruments. The government is open to expressions of interest from other contractors within three days of this notice, although no competitive quotations will be solicited, as the contract will be awarded under FAR 6.302-1. Interested parties should direct their inquiries and expressions of interest to the contracting officer, Harold McQuillia, via email at harold.mcquillia@va.gov.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Active
    Dept Of Defense
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    Notice of Intent to Sole Source - Extend Services for N6264520P0002 - Maintenance for Varian Linear Accelerator System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. for the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems. This contract is essential for ensuring compliance with OEM specifications and maintaining high operational standards for medical equipment used in Radiology, including adherence to U.S. Navy and Joint Commission standards. The contract, structured as a firm, fixed-price agreement, will cover services from November 1, 2024, to April 30, 2025, with an option for an additional period, and interested parties must submit capability statements by November 12, 2024, to demonstrate their qualifications. For further inquiries, contact Christine Russman at christine.l.russman.civ@health.mil or Jacqueline M. Mendoza at jacqueline.m.mendoza.civ@health.mil.
    CHEMISTRY AND IMMUNOASSAY TESTING PROGRAM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is planning to issue a sole source award contract to Roche Diagnostics Corporation for the Chemistry and Immunoassay Testing Program. This program is intended to sustain the use of three Chemistry and Immunochemistry Systems under a Cost Per Reportable Result (CPRR) agreement or Cost Per Reagent Pack. The program includes equipment, reagents, tools, materials, training, and a water purification system, Uninterruptible Power Supply (UPS), and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Walter Reed National Military Medical Center (WRNMMC) laboratories. The anticipated period of performance is five years.