Notice of Intent to Sole Source
ID: HT941025N0053Type: Special Notice
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source Specialized Prosthetics for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to enter a sole source contract with Otto Bock Healthcare LP for the procurement of specialized prosthetics at the Naval Medical Center San Diego (NMCSD). This procurement includes four Dynamic Arms, eight Electrical Cables with Straight Plugs, four Electric Wrist Rotator Cuffs, four Otto Bock Bebionic Hands, four Donning Sheath Easy Fit Arms, and one Alignment Aid, all tailored to meet the specific needs of an inbound SecDes patient. The items are critical for providing advanced medical care and rehabilitation services, with an estimated delivery date set for March 14, 2025. Interested vendors disputing this sole-source decision may submit a capability statement by the specified deadline; however, no competitive quotes will be solicited. For further inquiries, contact Bobbie Dobberstein at bobbie.s.dobberstein.ctr@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    6515--644-25-2-414-0219 - Stryker Medical PI Drive 2 Motor
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential suppliers for specialized medical equipment, specifically the Stryker Medical PI Drive 2 Motor and related attachments, through a Sources Sought Notice. The VA aims to identify suppliers capable of providing hand-held, customizable, and low-noise equipment that meets specific regulatory requirements, including compliance with the Buy American Act and FDA clearance. This procurement is crucial for enhancing the quality of healthcare services provided to veterans, ensuring access to high-quality medical supplies. Interested businesses must submit a capabilities statement by March 13, 2025, to Contract Specialist Emiljan Golemi at emiljan.golemi@va.gov for consideration.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    J065--INTENT TO SOLE SOURCE - FOR SERVICE AND MAINTENANCE OF THE NEPTUNE 3 ROVER - NEP 2 DOCKING EQUIPMENT FOR THE Hershel “Woody” Williams VAMC - SOLE SOURCE AWARD TO Stryker Instruments - Base Plus 2 Year Award
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Stryker Instruments for the service and maintenance of the Neptune 3 Rover docking equipment at the Hershel “Woody” Williams VAMC in Huntington, WV. This contract, identified under solicitation number 36C24525Q0355, encompasses a base period plus two additional years and includes essential maintenance services for six Neptune 3 Rover aspirators, ensuring compliance with original equipment manufacturer (OEM) guidelines, as well as providing 24/7 technical support and an uptime guarantee of 98%. The Neptune 3 Rover is critical for patient care, necessitating reliable maintenance to uphold safety and performance standards, with Stryker being the only authorized service provider to ensure adherence to FDA regulations. Interested parties can contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further details.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    INBODY 770
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations East Regional Contracting Office, intends to procure an InBody 770 Body Composition Analyzer on a sole source basis from BioSpace, Inc. This procurement is necessary for measuring body fat percentage in support of the Marine Corps' Body Composition and Military Appearance Program, with BioSpace, Inc. being the sole authorized distributor due to an exclusive licensing agreement with the Original Equipment Manufacturer (OEM). The InBody 770 has been approved for use by the Marine Corps, ensuring compliance with security protocols, and is critical for standardization in military applications. Interested firms that believe they can meet the requirement must submit a capability statement to the Contracting Officer, Santana Rosario, by March 21, 2025, at 4:30 PM EST, as this notice is not a request for competitive quotes and no solicitation will be issued.
    6515--Full SDVOSB set-aside BRAND NAME OR EQUAL TO Stryker Endoscopic Video System
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract to procure a brand name or equal to the Stryker Endoscopic Video System. The procurement includes advanced medical imaging equipment, such as 4K resolution cameras, CO2 insufflators, LED lighting, and high-definition monitors, aimed at enhancing healthcare delivery for veterans at the Spokane Veteran Affairs Medical Center. This initiative underscores the importance of acquiring high-quality surgical equipment to improve diagnostic capabilities and patient data management. Interested vendors must submit their proposals by March 13, 2025, at 11:00 AM Pacific Time, and all inquiries should be directed to Contract Specialist Andrew Barrow at Andrew.Barrow@va.gov.
    Springer Nature Serials Renewal
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the renewal of Springer Nature serials, specifically for Library Journal/E-books, to support the Naval Postgraduate School (NPS). The objective of this procurement is to secure licenses from Springer Nature Customer Service Center, LLC, as they are the only authorized provider capable of meeting the Government's needs due to the proprietary nature of the software. Interested vendors must submit a capability statement by 10:00 AM PST on March 17, 2025, detailing their qualifications and ability to provide the required licenses, with submissions directed to jonathan.a.stames.civ@us.navy.mil. This notice is not a request for competitive proposals, and no solicitation document will be issued.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the quarterly preventative and corrective maintenance of 60 Sterile Processing Service (SPS) case carts, which are essential for transporting sterile supplies to operating rooms. The contract, valued at approximately $34 million, will span multiple years from May 2025 to September 2029, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This maintenance is crucial for ensuring the operational efficiency and reliability of medical equipment in healthcare settings. Interested vendors must submit their offers by March 14, 2025, at 1:00 PM MST, and can direct inquiries to Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919.