Notice of Intent to Sole Source Stryker Pro Care at Naval Hospital Camp Pendleton
ID: HT941026N0007Type: Special Notice
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

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole source contract to Stryker Sales, LLC for the provision of Stryker ProCare services at Naval Hospital Camp Pendleton in California. This contract encompasses preventative and corrective maintenance, as well as support services for Stryker Endoscopy equipment and Berchtold Beds, ensuring reliable operation of critical medical equipment. The contract will have a base period from December 1, 2025, to November 30, 2026, with four additional one-year option periods extending through November 30, 2030. Interested parties may submit capability statements to Ronald Silver at ronald.c.silver3.civ@health.mil by November 13, 2025, at 12:00 p.m. Pacific Time to challenge the sole source determination.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity intends to award a sole source firm fixed price purchase order contract to Stryker Sales, LLC for Stryker ProCare services. These services include preventative and corrective maintenance, and support for Endoscopy Equipment and Berchtold Beds at Naval Hospital Camp Pendleton. The contract's base period is from December 1, 2025, to November 30, 2026, with four one-year option periods extending to November 30, 2030. This sole source decision is based on market research indicating Stryker Sales, LLC as the only provider capable of meeting the government's needs. This notice is not a request for competitive proposals, but interested sources can submit capability statements by November 13, 2025, at 12:00 p.m. Pacific Time, to Ronald.c.silver3.civ@health.mil to challenge the sole source basis. The government will consider these statements to determine whether to proceed with a competitive procurement or a sole source purchase order. The NAICS code for this requirement is 811210, with a size standard of $34M.
    This Statement of Work (SOW) outlines a services contract for the Department of Defense, Defense Health Agency, specifically for the Naval Hospital Camp Pendleton (NHCP). The contract requires preventative, corrective maintenance, and support services for all listed Stryker Berchtold Operon D860 Surgical Tables and Stryker Endoscopy equipment. The contractor will provide all necessary personnel, equipment, supplies, and materials to ensure dependable and reliable equipment operations. This includes parts, labor, materials, and freight shipping for both scheduled (annual in July) and unscheduled maintenance. If extensive repair is needed, a loaner or similar functionality equipment must be provided within 48 hours. The period of performance is a base year from December 2025 to November 2026, with four additional one-year option periods, extending until November 2030. Work will be performed at NHCP, Camp Pendleton, CA, during normal business hours, Monday through Friday, excluding federal holidays. The contractor is also responsible for providing monthly equipment status reports for any off-site repairs.
    Lifecycle
    Similar Opportunities
    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.
    Stryker Neptune Service and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for a full coverage service contract for Stryker Neptune units, which includes preventative and corrective maintenance, as well as software upgrades and replacements. The contract is a firm-fixed-price agreement intended to ensure yearly on-site preventative maintenance, documentation, and travel expenses over a five-year period. The Stryker Neptune systems are critical for medical operations at the Dallas VA Medical Center, and Stryker Instruments is the sole manufacturer and service provider, making this procurement necessary to avoid potential risks associated with unapproved devices. Interested parties can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 ext 60901 for further details.
    Notice of Intent to Sole Source - Annual Preventive Maintenance (PM) services - United States Naval Hospital Okinawa (USNHO)
    Buyer not available
    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.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.
    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.
    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.
    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.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    Intent for Sole Source Procurement of Accreditation Services for Graduate Medical Education
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to the Accreditation Council for Graduate Medical Education (ACGME) for accreditation services related to its graduate medical education programs. This contract, set to begin on January 1, 2026, will cover a one-year period and is essential for ensuring that DHA's residency and fellowship programs meet the necessary educational standards for training physicians. ACGME, as the sole accreditor for graduate medical education in the United States, plays a critical role in maintaining the quality of medical training and ultimately the safety and quality of care provided to patients. Interested parties can reach out to John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further information.