Notice of Intent to Sole Source MR400 Invivo PM
ID: HT941024N0018Type: Solicitation
Overview

Buyer

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole source contract for preventive maintenance services on Stryker Endoscopy equipment at Naval Hospital Camp Pendleton, California. The contract, which will be awarded to Stryker Sales, LLC, aims to ensure reliable operation of the equipment through annual preventive maintenance and corrective services as outlined in the Statement of Work (SOW). This maintenance is critical for supporting effective patient care in a military healthcare setting, ensuring that the equipment remains operational and compliant with safety and technical standards. Interested parties must submit their capability statements by 0800 Pacific Daylight Time on September 11, 2024, to Jojie N. Urrete at jojie.n.urrete.civ@health.mil, as no competitive proposals will be accepted for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency has issued a Statement of Work (SOW) for a service contract focused on preventative and corrective maintenance for Stryker Endoscopy equipment at Naval Hospital Camp Pendleton. The contractor is required to provide all necessary personnel, equipment, and supplies to ensure reliable operations of the listed equipment over the contract duration from January 2, 2025, to January 1, 2026. Key tasks include annual preventative maintenance conducted according to OEM specifications and corrective maintenance for damage from various causes. The contractor must supply replacement equipment within 48 hours if extensive repairs are needed and must maintain communication regarding equipment status. Notably, the government will not furnish any services, facilities, or materials, except for certain equipment necessary for official use. This document outlines administrative requirements, definitions, and the contractor's responsibilities, emphasizing adherence to safety and technical standards to support effective patient care in a military healthcare setting.
    The Defense Health Agency intends to negotiate a sole source contract with Philips North America LLC for preventive maintenance on MR400 Invivo equipment at Naval Medical Center San Diego, covering a base year plus four option years. The procurement will be conducted under FAR guidelines, with a capability statement submission deadline of March 21, 2024. This notice is not a request for competitive proposals, and only submissions demonstrating the capability to perform the required work will be considered.
    The Defense Health Agency intends to award a sole source contract to the Accreditation Council for Graduate Medical Education for one year to cover annual accreditation fees for the Graduate Medical Education Department at Naval Medical Center San Diego. Interested sources must submit capability statements by 10:00 AM PST on December 19, 2023, via email, but no competitive proposals will be solicited. This action falls under FAR 13.501(a) allowing for sole source acquisitions due to the specific nature of the required services.
    The Statement of Work outlines the responsibilities of a contractor to provide accreditation for the Graduate Medical Education (GME) residency and fellowship programs at the Naval Medical Center San Diego (NMCSD) in line with national standards. It details the process for notifying the Designated Institutional Officer and Program Director regarding accreditation status and outlines the annual invoicing and payment procedures. Additionally, the contractor must possess the authority to grant accreditation per ACGME requirements.
    The Statement of Work outlines the comprehensive onsite maintenance and performance assurance requirements for MR400 Units at the Naval Medical Readiness Training Command in San Diego, focusing on ensuring reliable equipment operation in the Radiology MRI department. Responsibilities include scheduled preventive maintenance, corrective repairs by fully qualified technicians, equipment assessments by Biomedical Engineering, and mandatory reporting and documentation of service provided. The contractor is also obligated to respond promptly to maintenance requests, maintain parts availability, and ensure all work aligns with government standards and regulations.
    Similar Opportunities
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    Intent to sole source Biomerieux Vitek2 Preventative maintenance and Consumables
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Biomerieux Japan Ltd. for the supply of specific VITEK 2 test cards and annual preventive maintenance services for the U.S. Naval Hospital Yokosuka and Branch Health Clinic Iwakuni in Japan. The procurement includes a delivery schedule spanning fiscal years 2025 to 2027, detailing quantities for three types of test cards essential for laboratory analyses, along with maintenance for two Vitek 2 Compact Analyzers. This contract is critical for ensuring effective healthcare delivery to U.S. Forces Japan personnel, and interested vendors may submit technical capability statements by 07:00 a.m. Pacific Time on 23 September 2024, to Raphael Badagbor at raphael.k.badagbor.civ@health.mil, as no competitive proposals will be solicited.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    6515--Stryker batteries and equipment
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Stryker System 9 batteries and accessories for the VA Portland Health Care System. This opportunity is exclusively set aside for small businesses classified under NAICS Code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, with a size standard of 800 employees. The procurement process will utilize simplified acquisition procedures, and the contract is anticipated to be a firm-fixed-price purchase order, emphasizing compliance with the solicitation requirements and satisfactory past performance. Interested vendors must submit their quotes electronically to Contract Specialist Amy Kuczajda by 12:00 PM MST on September 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.