W81K04-25-Q-A003 Intent to Sole Source-BodPod
ID: W81K0425QA003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense intends to award a sole source contract to COSMED USA Inc. for a maintenance plan service contract for BodPod equipment utilized by Army/Armed Forces Wellness Center Operations at the Defense Centers for Public Health – Aberdeen. This contract, which is set to be awarded on or about July 1, 2025, will cover maintenance services for the Government-owned BodPod equipment, ensuring operational readiness and compliance with health standards. The procurement falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing, and is designated as a Total Small Business Set-Aside. Interested parties may contact Marvin B. Baker or David Robledo via email for further information, although no competitive proposals will be accepted for this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    42--BODY,GAUGE,BREATHIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 49 units of the Body Gauge Breathing (NSN 4240015641634). This solicitation is part of a total small business set-aside and aims to acquire essential surgical appliances and supplies that play a critical role in safety and environmental protection. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 29 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Reduced Oxygen Breathing Device (ROBD) Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance and repair of Reduced Oxygen Breathing Devices (ROBD) to Environics, Inc., a Woman-Owned Small Business. The contract will encompass both scheduled and unscheduled maintenance services, including repairs for critical components such as gas regulators and oxygen sensors, essential for aircrew and military freefall parachutist operations. The anticipated contract period includes one base year and four optional 12-month periods, with a focus on timely repairs and customer support, requiring responses from interested parties by December 29, 2025, at 2:00 PM CST. For further inquiries, interested parties may contact Courtney Carter at courtney.carter.6@us.af.mil.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a federal contract titled "Medical Physics Testing," which is set aside for small businesses under NAICS code 541990. The objective of this procurement is to provide medical physics testing services, with the contract performance taking place at Fort Campbell, Kentucky. This service is crucial for ensuring the quality and safety of medical, dental, and veterinary equipment and supplies. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck. Offerors are encouraged to review all attached documents for additional details and clarifications regarding the solicitation.
    PAD,BOTTOM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of a component known as the PAD, BOTTOM. This procurement is a Total Small Business Set-Aside, aimed at small businesses under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing, and involves the production of surgical dressing materials classified under PSC code 6510. The successful contractor will be required to meet specific material and physical requirements, with a delivery timeline of 90 days post-award. Interested parties should reach out to Amanda Hayward at 717-605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details and to access the solicitation documents.
    GEM4000 Analyzer Repair
    Dept Of Defense
    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.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    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).
    TX Bio Mermade PMA
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.