NOTICE OF INTENT TO AWARD SOLE SOURCE
ID: W81K0025PA022Type: Special Notice
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Fort Cavazos Health Contracting Branch, intends to award a sole source contract to Abbott Rapid Diagnostics Informatics, Inc. for software licenses related to the AccuChek and iStat devices. This procurement is essential for the Department of Pathology at the Carl R. Darnall Army Medical Center, Texas, as it will provide real-time laboratory results to healthcare providers, thereby enhancing patient care and operational efficiency. The total contract value is $135,445.50, with a delivery period extending from 2025 to 2030, and the decision to limit competition is justified by the unique capabilities of Abbott as the sole supplier able to meet urgent operational needs. Interested parties may submit capability statements to Sheryl Egans at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881, although this notice does not constitute a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a memorandum for the Fort Cavazos Health Contracting Branch regarding a sole-source procurement of the Remote Automated Laboratory System (RALS3 Web) and AccuChek software licenses from Abbott Rapid Diagnostics Informatics Inc. This purchase supports the Department of Pathology at Carl R. Darnall Army Medical Center, Texas, providing real-time laboratory results to healthcare providers. The total contract value is $135,445.50, with a delivery period spanning from 2025 to 2030. The decision to limit competition is justified under FAR guidelines, citing Abbott as the only supplier able to meet urgent needs due to exclusive licensing and distribution agreements. Market research confirms the absence of alternative suppliers capable of providing the required services without risking operational accreditation or causing service delays. Additionally, this memorandum emphasizes the importance of RALS software for maintaining modern hospital practices and ensuring timely patient care. Public display and notification requirements for the contract will be adhered to as per FAR regulations. Overall, the memorandum serves to substantiate the necessity of purchasing these licenses and justifies the limitation of vendor competition based on unique sourcing conditions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6640--New - VCB Automation Line Bridge
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to Abbott Laboratories, Inc. for the procurement of essential supplies and services related to immunochemistry testing. This contract will cover the acquisition of reagents, consumables, and the rental of three analyzers, along with maintenance services, to support the Pathology and Laboratory Medicine Service at VA laboratories located in McAllen, Harlingen, and Corpus Christi, Texas. The supplies and services are critical for ongoing medical evaluations, including a wide range of tests detailed in an accompanying inventory document, which highlights the demand for various assays. Interested parties may submit capability statements to the contracting officer, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within seven business days of this notice, as the contract is expected to be awarded to Abbott Laboratories if no competitive proposals are received.
    7H20--NEW - Remote Automated Laboratory Systems (RALS)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Abbott Laboratories for the provision of Remote Automated Laboratory Systems (RALS) software technology services at the Texas Valley Coastal Bend Health Care System (VATVCBHCS). The primary objective of this procurement is to enhance laboratory connectivity and management by integrating multiple devices into a single data management system, which will facilitate seamless patient result reporting, quality control monitoring, and operational troubleshooting. This initiative underscores the VA's commitment to improving healthcare efficiency and compliance within its facilities, ensuring that the RALS software remains compatible with existing devices and the VA’s electronic patient record system. Interested parties may submit capability statements by February 6, 2025, to the Senior Contract Specialist, Jose Campa, at Jose.Campa@va.gov, with the anticipated contract award date around April 17, 2025, for a duration of one year with options for renewal.
    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.
    6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is being conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to fulfill the requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time, submitted to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov. The statutory authority for this procurement is U.S.C. § 1901, and the relevant NAICS code is 334516, which pertains to Analytical Laboratory Instrument Manufacturing.
    Wet Integrated Chemistry Analyzer
    Buyer not available
    The Defense Health Agency (DHA) is seeking to award a sole source firm-fixed price Purchase Order contract for a wet integrated chemistry analyzer, specifically from Roche Diagnostics Corporation. The procurement aims to acquire a specialized analyzer that combines clinical chemistry, immunochemistry, and ISE testing, featuring capabilities such as autocalibration, high analytical sensitivity, and the ability to process various cardiac assays and metabolic panels efficiently. This equipment is crucial for timely and accurate laboratory testing, ensuring compliance with regulatory standards. Interested parties must submit a capabilities statement by 10:00 AM Eastern Time on February 11, 2025, to Gillian Dell at gillian.j.dell.civ@health.mil, referencing HT940625Q0023.
    6640--STVHCS - Automated Blood Bank Analyzer - Cost Per Test
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Ortho-Clinical Diagnostics for an Automated Blood Bank Analyzer under a Cost Per Test agreement. This procurement includes essential components such as the Ortho Vision Analyzer, external drain kit, keyboard, and various supplies necessary for the analyzer's operation and maintenance, along with training for operators. The decision for a sole source procurement is based on the justification that Ortho-Clinical is the only vendor capable of providing a direct replacement for the existing analyzer, ensuring the continuity of critical services within the South Texas Veterans Health Care System. Interested parties may submit capability statements for consideration, and the primary contact for this opportunity is Contract Specialist Joshua Weisman, who can be reached at joshua.weisman@va.gov or (432) 213-7094.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source - Aptamer Library Generation Services for USAMRIID
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole source contract to Aptagen, LLC for the generation of DNA Aptamer Libraries to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The contract will require the generation of two DNA aptamer libraries annually, consisting of approximately 1,000 to 10,000 targeted aptamers aimed at specific alpha-conotoxins, palytoxins, and various viral targets, which are critical for the development of broad-spectrum DNA aptamers to neutralize toxins. Interested vendors may challenge this sole source determination by submitting a capability statement by 1300 Eastern Time on February 6, 2025, via email to the designated contacts, Christina Lewis and Jayme Fletcher, with no solicitation document currently available for this requirement.
    Notice of Intent to Sole Source - QuidelOrtho Corporation
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) intends to award a sole source contract to QuidelOrtho Corporation for a service agreement related to the VITROS 3600 Immunodiagnostic system. This procurement includes essential services such as the provision of reagents, calibrators, controls, and consumables, as well as repairs, labor, and travel incurred during service calls, along with one annual preventive maintenance and on-site technical support. The VITROS 3600 system plays a critical role in the laboratory's operations within the Division of Viral Hepatitis, ensuring accurate diagnostic capabilities. Interested vendors with relevant expertise are encouraged to submit their capabilities and pricing information to Leyla Campbell at LCampbell@cdc.gov by February 6, 2025, at 11:00 AM ET, as the government will consider all submissions to determine if competitive procurement is warranted.
    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.