INBODY 770
ID: M6700125QM011Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

SCALES AND BALANCES (6670)
Timeline
    Description

    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.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    This memorandum outlines the determination that only one source is reasonably available for a FAR Part 13 acquisition under the simplified acquisition threshold (SAT). The Marine Corps intends to purchase an InBody 770 Body Composition Analyzer, necessary for measuring body fat percentage in support of its Body Composition and Military Appearance Program. The determination for limiting competition stems from the exclusive licensing agreement with InBody, deemed the only Original Equipment Manufacturer (OEM) for this specific product. BioSpace, Inc. is the sole authorized distributor of this Analyzer, which has been approved by the Marine Corps due to its compliance with security protocols outlined in MARADMIN 652/22, effective January 1, 2023. The memorandum includes necessary certifications to affirm the justification of this sole-source acquisition, highlighting the need to ensure standardization and security in military applications. Thus, this document reflects the federal government's protocols for non-competitive procurement processes in instances where only one source is available.
    Lifecycle
    Title
    Type
    INBODY 770
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source
    Buyer not available
    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.
    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.
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc.
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc. for the procurement of specialized electromedical and electrotherapeutic apparatus. This procurement is in accordance with FAR 6.302-1, indicating that COSMED USA Inc. is the only source capable of fulfilling the specific requirements for these critical medical devices. The goods are essential for supporting the operational readiness and medical capabilities of the Navy. Interested parties can reach out to Kelly Polson at kelly.polson@navy.mil for further inquiries regarding this opportunity.
    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.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to negotiate a sole source contract with Metabolon, Inc. for metabolomics analysis services over a five-year period, valued at approximately $3.96 million. The contract will support the U.S. Army Research Institute of Environmental Medicine by providing essential analyses of biological samples, including urine and blood, which are critical for ongoing and planned research studies. Metabolon is uniquely qualified to fulfill this requirement due to its extensive library of over 4,000 metabolites and advanced analytical capabilities, including ultra-high performance liquid chromatography-tandem-mass spectrometry (UPLC-MS/MS) and gas chromatography-mass spectrometry (GC-MS). Interested firms may express their capability by March 13, 2025, and should contact Kasey Carroll at kasey.l.carroll.civ@health.mil or Jennifer Bassett at jennifer.s.bassett.civ@health.mil for further information.
    Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.
    Notice of Intent to Sole Source - Portable CBR Test Kit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Kessler Soils Engineering Products for the procurement of a Portable CBR Test Kit. This specialized equipment is essential for conducting field tests to estimate the California Bearing Ratio (CBR), which is critical for the design, construction, and evaluation of pavement subsurface layers, particularly in austere environments where traditional testing methods are impractical. The Portable CBR Test Kit will enhance the quality assessment and structural evaluation of airfield pavements, ensuring rapid military vehicle access in remote locations. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil by 2:00 PM CST on March 20, 2025, although this notice is not a request for competitive quotes or proposals.
    Ambr 250 High Throughput Bioreactor System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.
    J065--Notice of Intent to Award Sole Source Preventative Maintenance Services for PLETHYSMOGRAPHS
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to MGC Diagnostics Corporation for preventative maintenance services of plethysmographs at the VA Northern California Health Care System. The contract encompasses comprehensive maintenance and support for four whole-body plethysmographs and one Breeze Connect multi-user interface, ensuring compliance with regulatory standards and the provision of timely maintenance, including routine inspections and emergency services. This procurement is critical for maintaining high-quality healthcare services through effective management of medical equipment, reflecting the VA's commitment to patient care. Interested parties must submit their capability statements by March 15, 2025, and ensure current registration in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.
    Notice of Intent to Sole Source ‘omics analyses
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source ‘omics analyses services. The procurement aims to secure specialized research and development services in the life sciences sector, specifically focusing on health-related research and applied analysis. These services are critical for advancing health care solutions and enhancing the understanding of biological systems, which are vital for military health initiatives. Interested parties can reach out to Kasey Carroll at kasey.l.carroll.civ@health.mil or Courtney Piar at courtney.a.piar.civ@health.mil for further information regarding this opportunity.