Tracs4Life Biologic and Non?Biologic implant product tracking system
ID: W81K0024Q0029Type: Sources Sought
Overview

Buyer

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

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)
Timeline
  1. 1
    Posted Jan 11, 2024, 6:34 PM UTC
  2. 2
    Updated Jan 11, 2024, 6:34 PM UTC
  3. 3
    Due Feb 29, 2024, 4:00 PM UTC
Description

Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Tracs4Life Biologic and Non-Biologic implant product tracking system. This system is typically used for tracking and managing biologic and non-biologic implant products. The place of performance for this procurement is Fort Cavazos, TX (76544), USA. For more information, please contact MEDCOM at karan.e.quiles.civ@health.mil or 254-288-8000.

Files
Title
Posted
Mar 26, 2024, 1:11 PM UTC
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
Buyer not available
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.
TriMed Orthopedic Procedural Packages
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for TriMed Orthopedic Procedural Packages, which are essential medical supplies used in orthopedic procedures. The procurement aims to secure high-quality surgical and medical instruments, as classified under NAICS code 339112 and PSC code 6515, to support military medical operations. These packages play a critical role in ensuring that healthcare providers have the necessary tools to perform orthopedic surgeries effectively and safely. Interested vendors can reach out to Rose Schofield at rose.schofield@dla.mil for further details regarding the solicitation process.
TSMP Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the TSMP Upgrade project at Fort Campbell, Kentucky. This procurement involves the manufacturing of surgical appliances and supplies, categorized under NAICS code 339113 and PSC code 6515, which are critical for medical and surgical applications. The goods and services procured will play a vital role in enhancing the operational capabilities of military medical facilities. Interested parties can reach out to Justin C. Balster at justin.balster2.civ@mail.mil or by phone at 301-619-8950 for further information regarding this special notice.
Microbial Testing Supplies - Bridge Contract
Buyer not available
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.
Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXII-25-05 MOD-008: Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Solutions (RFS) for the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) focused on the Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project. This initiative aims to foster innovative development and expedited delivery of prototypes that enhance Warfighter readiness through modeling, simulation, and training, directly supporting the Defense Health Agency's Medical Simulation and Training Program. Interested parties must be members of the TReX II consortium to respond to the solicitation, and further details can be found at https://www.trexii.org/. For inquiries, contact Jessica Wasser at jessica.l.wasser.civ@army.mil or Monica J Escalante at monica.j.escalante.civ@army.mil.
RapidComm
Buyer not available
Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.
Hemodialysis Units with Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research to identify potential sources for the procurement of Hemodialysis Units with Accessories for the Brooke Army Medical Center located at JBSA Fort Sam Houston, Texas. The required units must meet specific salient characteristics, including patient alarm features, safety mechanisms, compatibility with current CKRT fluid, a digital display, adjustable filtration fractions, battery operation for patient mobility, and must support various therapy modes such as CVVHD, CVVH, and SCUF, all while being FDA approved. This procurement is crucial for enhancing medical readiness and patient care in the Intensive Care Unit. Interested parties are encouraged to submit their responses to Wayne V. Thompson via email at wayne.v.thompson3.civ@health.mil by March 19, 2024, at 10:00 AM CST, as this notice is for planning purposes only and does not constitute a commitment to issue a solicitation or award a contract.
Ophthalmic Ultrasound System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide an Ophthalmic Ultrasound System for the Brooke Army Medical Center (BAMC) located at Fort Sam Houston, Texas. The procurement aims to acquire various components related to the Ellex Compact Touch 2 Ultrasound system, including installation services, software, and accessories that meet specific medical standards and requirements. This equipment is crucial for enhancing the medical capabilities of military healthcare facilities, ensuring high-quality care for service members. Interested small businesses must submit their offers by March 19, 2025, with a required delivery date of April 21, 2025; inquiries can be directed to Mr. Efren Ramirez at efren.b.ramirez.civ@health.mil or by phone at (210) 221-4964.
Laptop/Tablet Based Point-of-Care Ultrasound System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of two laptop or tablet-based Point-of-Care Ultrasound Systems. These systems will be utilized to conduct extended focused assessments with sonography for trauma, aimed at training and certifying Army Combat Medic Specialists during their Advanced Leadership Course. The procurement is classified under NAICS code 334510 and is open for full competition, with proposals due by 5:00 PM EDT on March 18, 2025, via email. Interested vendors must be registered with the System for Award Management (SAM) and ensure compliance with federal regulations, with delivery of the equipment required by May 1, 2025. For further inquiries, contact Frank Whorton at frank.a.whorton.civ@health.mil or Rebecca Ruff at rebecca-lynn.m.ruff.civ@health.mil.
6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.