Notice of Intent to Sole Source - Annual Preventive Maintenance (PM) services - United States Naval Hospital Okinawa (USNHO)
ID: HT941026N0010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCY HCD WESTCAMP PENDLETON, CA, 92055, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole-source contract to Hologic Japan Inc. for annual preventive maintenance (PM) services for Government-owned Hologic equipment at the United States Naval Hospital Okinawa (USNHO) in Japan. These services are critical for maintaining the performance of the Hologic Panther Laboratory nucleic acid test equipment, ensuring accurate results, compliance with regulatory standards, and supporting patient care decisions. Hologic Japan Inc. is the sole Original Equipment Manufacturer (OEM) authorized to provide these services, as confirmed by market research. Interested vendors may submit capability statements to challenge the sole-source basis by December 10, 2025, at 8:00 AM Pacific Daylight Time to Ashley Hodge at ashley.n.hodge4.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity intends to award a sole-source, firm fixed-price contract to Hologic Japan Inc. for annual preventive maintenance (PM) services for Government-owned Hologic Japan Inc. equipment at the United States Naval Hospital Okinawa, Japan. This notice, HT941026N0010, is not a request for competitive quotes. The services are crucial for maintaining the performance of HOLOGIC PANTHER Laboratory nucleic acid test equipment, ensuring accurate results, regulatory compliance, and patient care. Hologic Japan Inc. is the sole Original Equipment Manufacturer (OEM) and only authorized provider of these PM services, as confirmed by market research. The NAICS code is 339114, and the PSC is J065. Interested vendors may submit capability statements by December 10, 2025, at 8:00 AM Pacific Daylight Time to ashley.n.hodge4.civ@health.mil to challenge the sole-source basis, but the Government retains discretion on whether to proceed with a competitive procurement.
    Similar Opportunities
    Hologic Covid Testing Supplies
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Radiopharmaceutical Pluvicto, Locametz, Lutathera and Netspot Injections
    Buyer not available
    The Defense Health Agency (DHA) is planning to award a sole source, firm fixed-price Blanket Purchase Agreement to Novartis Pharmaceuticals Corporation for the provision of radiopharmaceutical injections, specifically Pluvicto, Locametz, Lutathera, and Netspot, for use at the Nuclear Medicine Division of the Naval Medical Center San Diego and other Medical Treatment Facilities. These injections are critical for emergency treatments, and the contract will be executed under the NPC FSS Contract: 36F79720D0180, as Novartis is deemed the only source capable of fulfilling the government's requirements. The period of performance for this contract is set from January 5, 2026, to January 4, 2031, and while this notice does not solicit competitive proposals, interested vendors may submit capability statements by December 9, 2026, to contest the sole source determination. For further inquiries, vendors can contact CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil or Tracy Robinson at tracy.m.robinson18.civ@health.mil.
    Hologic Panther Reagents CLE
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Hologic Panther Reagents through a sole source acquisition for the Cleveland Veterans Affairs Medical Center (CLE VAMC). These specialized in-vitro diagnostic products are critical for high-accuracy women's health testing, including tests for chlamydia and gonorrhea, and are specifically designed to work with existing Hologic Panther instrumentation at the facility. The reagents are proprietary to Hologic, and no compatible third-party alternatives exist, making this procurement essential for maintaining reliable test performance and manufacturer support. Interested parties may submit their capabilities by December 10, 2025, at 5 PM EST, for consideration, and inquiries should be directed to Rachelle Hamer at rachelle.hamer@va.gov.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    Beckman Coulter Hematology Analyzers and Reagents for Naval Hospitals Yokosuka and Okinawa
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure nine hematology analyzers and associated reagents for Naval Hospitals located in Yokosuka and Okinawa, Japan, as well as Branch Health Clinics in Atsugi, Sasebo, Iwakuni, Japan, and Diego Garcia, United Kingdom. These analyzers are critical for conducting Complete Blood Counts and other hematology tests, ensuring timely and accurate results for blood samples that cannot be transported over long distances without compromising their integrity. The contract requires that the analyzers be delivered, installed, and validated by January 1, 2023, and interested vendors can reach out to primary contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or secondary contact Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    Sole Source - Urine Analyzers for NHCH
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.