Hologic Omni Hysteroscopes
ID: W81K0225QA039Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Hologic Omni Hysteroscopes and Omni Instrument Trays for use at the Tripler Army Medical Center (TAMC) in Hawaii. This procurement is limited to brand-name items due to their compatibility with existing government-owned systems, which are essential for effective patient care, as TAMC currently lacks sufficient hysteroscopes. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, with the contract value exceeding the simplified acquisition threshold, thus allowing for a sole-source procurement. Interested parties can contact Megumi Kuwada at megumi.kuwada.civ@health.mil or by phone at 808-433-9489 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines crucial requirements for contractors involved in federal health care programs, specifically relating to the exclusion of individuals and entities from participation due to compliance violations and the management of Personally Identifiable Information (PII) and Protected Health Information (PHI). Contractors must ensure that no individuals on the Department of Health and Human Services (HHS) Office of the Inspector General (OIG) List of Excluded Individuals and Entities or the TRICARE Sanctioned Provider List are employed or contracted, necessitating verification that employees do not appear on these lists prior to the contract execution and periodically throughout the contract duration. Additionally, contractors are obliged to comply with federal regulations regarding privacy (including HIPAA and the Privacy Act), data management, breach notifications, and training regarding handling sensitive information. If breaches involving PII or PHI occur, immediate reporting and mitigation efforts are mandated. Lastly, contractors must adhere to a Tobacco-Free Medical Campus policy established under Army Regulations, prohibiting tobacco use within designated medical areas. This document serves as a comprehensive guideline to ensure compliance with federal health care program standards and protect sensitive information throughout contract performance.
    The document pertains to a federal procurement action for the purchase of Omni Hysteroscopes, authorized under FAR 13.106-1(b)(1) due to the unique need and limited availability of this equipment. Hologic, Inc. is identified as the main supplier, with DGA Medical and Sustainment Technologies, LLC as the only distributors able to provide these specific hysteroscopes. The Omni Hysteroscope is crucial as it is compatible with existing government-owned systems, and the organization, TAMC, currently lacks sufficient hysteroscopes to ensure effective patient care, relying on inadequate resources for operations. This requirement has been classified as a brand name restriction due to the essential nature of the product, and a market research survey indicates that this item is commercially available. Subsequently, the procurement will be posted on SAM.gov, emphasizing the necessity of this particular brand to fulfill patient care requirements effectively. The relevant publicizing requirements under FAR do not apply due to the action's specificity and contract value exceeding $25,000. The document underscores the urgency and exclusivity surrounding the procurement to ensure safety and efficiency in patient treatment.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to commercial products and services. It provides critical details such as requisition number, contractor information, and payment processes. The important dates include the issuance date, due date for offers, and award date. The acquisition is categorized under a specific North American Industry Classification Standard (NAICS) code, indicating its industry sector. Key aspects include the requirement for the contractor to fulfill the terms stated, the need for multiple price and quantity entries, and references to federal acquisition regulations (FAR) that guide the solicitation process. The contract is aimed at promoting participation from minority-owned small businesses, specifically Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and other designated small business types. Overall, this solicitation exemplifies the government’s commitment to enhancing diversity in procurement while ensuring compliance with established regulations. The document serves as a formal call for proposals from eligible businesses to engage in government contracting opportunities.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Hologic Covid Testing Supplies
    Dept Of Defense
    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.
    Mizuho Surgical Tables Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for Mizuho Surgical Tables Services at the St. Louis VA Medical Center – John Cochran Division. The procurement involves preventative and corrective maintenance, inspections, and support for proprietary Mizuho OSI HANA Orthopedic Surgical Tables and TRIOS Surgical Tables, which can only be serviced by the original equipment manufacturer due to their specialized nature. This contract, identified by solicitation number 36C25526Q0126, is valued at over the micro-purchase threshold but not exceeding $250,000, and interested parties must submit capabilities statements by December 24, 2025, at 12:00 PM Central Time to Amanda Williams at amanda.williams16@va.gov.
    SirsiDynix Horizon Library Management System Software as a Service (SaaS) Upgrade and Maintenance Services for Tripler Army Medical Center, Hawaii
    Dept Of Defense
    The Department of Defense is seeking to procure upgrade and maintenance services for the SirsiDynix Horizon Library Management System Software as a Service (SaaS) at Tripler Army Medical Center in Hawaii. This procurement is classified as a sole source justification, indicating that the services are specifically required from a single provider due to the unique nature of the software and its integration with existing systems. The SirsiDynix system is critical for managing library resources and services, ensuring efficient operations within the medical center. Interested vendors can reach out to Jody Yamamoto at jody.m.yamamoto.civ@health.mil or by phone at 808-438-5126 for further details regarding this opportunity.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    Surgical Sterilizer
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency Contracting Activity, is seeking quotes for the procurement of surgical sterilizers intended for use in deployed medical, dental, veterinary, and laboratory settings. The requirement includes the acquisition of four surgical sterilizers for operational and environmental testing, with options for three additional units, and a potential future procurement of approximately 711 units over five years starting in Fiscal Year 2028. These sterilizers must meet specific technical requirements, including FDA clearance, the ability to sterilize all surgical instruments, and compliance with the Trade Agreements Act, among other logistical and performance parameters. Interested vendors should contact Jamie Diggs at jamie.l.diggs.civ@health.mil or Shannon Lertora at shannon.p.lertora.civ@health.mil for further details and to ensure compliance with the necessary documentation, including the Medical Device and Equipment Risk Assessment (MDERA).
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    6515-- Cystoscopy Resection Sets-Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America, Inc. for the procurement of Cystoscopy Resection Sets and associated ST-CR2 Cystoscopy Resection Trays. This acquisition is essential for performing urologic procedures, as the equipment is specifically designed to be compatible with the facility's existing Olympus endoscopic platform, ensuring compliance with stringent sterilization and operational standards. The Cystoscopy Resection Sets facilitate critical diagnostic and therapeutic procedures by providing surgeons with the necessary tools for visualizing and accessing the bladder and lower urinary tract. The estimated procurement amount is $34,791, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563. The response date for this notice is December 26, 2025.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.