HT942523D0018 MODIFICATION NOTICE OF INTENT
ID: HT942523D0018Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA
Timeline
    Description

    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a modification to the existing contract HT942523D0018 on a sole source basis to Trillamed LLC. The primary objectives of this contract modification include the replacement of biocontainment sterilizer units, which involves the removal and disposal of existing units, as well as the installation of new units with biocontainment bioseal, certification, and validation, along with upgrading the software operating controls of existing pass-through biocontainment autoclaves. This procurement is critical for maintaining the operational integrity and safety of biocontainment facilities at the U.S. Army Medical Research Institute for Infectious Diseases (USAMRIID). Interested vendors may submit capability statements by 1300 Eastern Time on August 10, 2025, via email to Kirstin.L.Quinn.civ@health.mil and Emily.k.ohara.civ@health.mil, as no solicitation document exists for this requirement.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    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.
    Microbial Identification System (MIS)
    Buyer not available
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Request for Information (RFI) - Germ Free Service
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Sterilizer maintenance services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the USAHCA – Medical Readiness Contracting Office Europe, is seeking qualified contractors to provide sterilizer maintenance services at the Landstuhl Regional Medical Center in Germany. The procurement involves non-personal services for the maintenance and operational readiness of sterilizer equipment, including preventive maintenance, emergency repairs, and adherence to manufacturer specifications. This service is critical for ensuring the functionality and calibration of medical equipment essential for patient care. Interested parties must submit their capability statements and relevant documentation to the primary contact, Bouaphet Phanvongsa, at bouaphet.phanvongsa2.civ@health.mil, by the specified deadline, with the anticipated contract period spanning 60 months, including a base year and four option years.
    Notice of Intent to Award Sole Source - Technelite® Generators Mo99/Tc99m and Xenon 133 Gas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, intends to award a sole source contract to Lantheus Medical Imaging, Inc. for the procurement of Technelite® Generators Mo99/Tc99m and Xenon 133 Gas. This contract is essential for the compounding of various radiopharmaceuticals within the Nuclear Medicine Pharmacy at Brooke Army Medical Center, located at JBSA Fort Sam Houston, Texas. The goods are critical for medical applications, particularly in nuclear medicine, where they play a vital role in diagnostic imaging and treatment. The contract is expected to be awarded on or about January 1, 2026, and interested parties may direct inquiries to Patrick Thielemann at patrick.a.thielemann.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@mail.mil.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    GEM4000 Analyzer Repair
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    BATTLEFIELD WOUND INFECTION PREVENTION AND TREATMENT (BWI P&T): BARRIER COMBINATION PRODUCT DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for the development of a barrier combination product aimed at preventing and treating battlefield wounds and subsequent infections. This initiative, part of the Battlefield Wound Infection Prevention and Treatment (BWI P&T) program, seeks to identify commercial solutions that can effectively address the unique challenges of wound care in austere environments, where medical resources may be limited. The barrier combination product is expected to play a crucial role in a Family of Systems (FoS) approach, providing innovative solutions for both military and commercial applications in wound care. Interested parties are invited to submit their responses by January 20, 2026, at 2:00 PM Eastern, via email to the primary contacts, Jeanette Collins and Julie Burns, whose emails are provided in the opportunity overview. This RFI is for planning purposes only, and no contract will be awarded based on the responses received.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Buyer not available
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.