Maintenance for fMRI software
Type: Special Notice
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.

    Files
    Title
    Posted
    The Defense Health Agency (DHA), specifically the Northeastern Markets Contracting Division (NM-CD), intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, MD. The contract falls under the regulation permitting Other than Full and Open Competition due to the simplified acquisition threshold. This document serves as a notice of intent and is not a request for competitive proposals. The Government maintains discretion regarding whether to pursue competitive procurement based on responses to this notice. Interested parties must express their capabilities no later than 10:00am EST on September 19, 2024, via email. The focus is on ensuring the ongoing support and maintenance of specialized medical software and hardware critical for the operations of the Radiology Department at WRNMMC, showcasing the Government’s aim to utilize existing resources effectively while ensuring quality care.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.
    Intraoperative Neuromonitoring Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide Intraoperative Neuromonitoring Services at the Naval Medical Center Portsmouth (NMCP) from January 1, 2025, to December 31, 2029, with options for renewal. The contractor will be responsible for delivering real-time neuromonitoring during surgical procedures, which includes providing necessary personnel, equipment, and immediate feedback to surgical teams to enhance patient safety. This service is critical for maintaining high standards of care during complex surgeries, ensuring effective monitoring of nerve function. Proposals are due by October 17, 2024, and interested parties should contact Christine Russman at christine.l.russman.civ@health.mil or Stacy Ling at stacy.m.ling.civ@health.mil for further details.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Dry-Ice Nuggets
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Lake Boone Ice Company, LLC, for the supply and installation of audio and video equipment. This procurement will be established as a firm fixed price Blank Purchase Agreement (BPA), covering a Base Period from September 30, 2024, to September 29, 2025, with four additional option periods extending to September 29, 2029. The decision for a sole source award is based on the determination that only one source is reasonably available to meet the agency's requirements, as outlined in Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i). Inquiries regarding this notice should be directed to Rhonda Cato at rhonda.r.cato.civ@health.mil, as this notice does not serve as a request for competitive quotes and no solicitation is available.
    6525--Brainlab Annual Subscription
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the procurement of a Brainlab Annual Subscription, which includes a treatment planning software and server hardware package for surgical procedures at the Richmond VA Medical Center in Virginia. This solicitation, identified as number 36C24624Q1465, is part of the VA's ongoing efforts to enhance medical services through updated technology and is categorized under NAICS Code 334517, with a size standard of 1,200 employees. The contract will consist of a base period and one option year, with the solicitation expected to be released around September 17, 2024. Interested parties should direct their inquiries via email to Contracting Officer Gordon E. Burns at Gordon.Burns@va.gov, as telephone inquiries will not be accepted.
    Sleepworks Service Agreement
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), intends to award a non-competitive contract for a Sleepworks Service Agreement. This procurement aims to secure a service maintenance agreement for equipment utilized in research focused on identifying electrical activity patterns in the sleeping brain, which is crucial for detecting neurodevelopmental and neuropsychiatric disorders. The contract will support collaborative efforts with various scientific centers to enhance understanding of sleep's role in brain development through advanced recording techniques and biomarker exploration. Interested parties must submit their capability statements by September 23, 2024, at 9:00 a.m. EST, to Robin Knightly at Robin.Knightly@nih.gov, referencing solicitation number 75N95024Q00579.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking to contract NIKA Technologies, Inc. for Facilities Operations Branch Support Services at the Defense Health Agency (DHA) Facilities-Enterprise Headquarters in San Antonio, Texas. This non-competitive Task Order is justified under urgent needs for facility operations, as delays could critically hinder medical care for service members, necessitating immediate technical and administrative support for Military Treatment Facilities globally. The contract is set to commence on August 5, 2024, for a four-week performance period, with the urgency of the requirement underscoring the importance of compliance with Joint Commission standards and operational safety. Interested parties can contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or by phone at 256-895-1309 for further details.
    Draeger Anesthesia Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 316th Contracting Squadron at Joint Base Andrews, is seeking a contractor for the maintenance of Draeger Anesthesia equipment, including five Apollo Anesthesia units and various vaporizers. The procurement requires annual on-site preventative maintenance inspections, 24/7 technical support, and compliance with manufacturer standards and federal regulations. This anesthesia equipment is critical for patient care during surgical procedures, necessitating specialized services from manufacturer-trained technicians. Interested parties must submit quotes by September 23, 2024, and be registered in the System for Award Management (SAM) to be eligible for this firm-fixed price contract, which will commence on September 30, 2024, with a potential duration of five years. For further inquiries, contact Kala LaCroix at kala.lacroix@us.af.mil or Antoine Toran at antoine.toran.1@us.af.mil.
    7A21 - Headspace Application
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Headspace mental health wellness mobile application. This procurement aims to provide the Headspace application to assist Sailors and their dependents in enhancing their mental health and wellness, as part of the Navy Culture and Resilience Office's initiatives. The contract will be awarded on a firm-fixed-price basis, with the solicitation number N0018924Q0912, and interested parties must submit their quotes by 12:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. The estimated size standard for this opportunity falls under the NAICS code 513210, with a small business size threshold of $47 million.
    Notice of Intent to Sole Source for Nuclear Magnetic Resonance System Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the maintenance and repair of Bruker Biospin Analytical Systems and Parts. This procurement is essential for ensuring the operational efficiency of the Edgewood Combat Capabilities Development Command Chemical Biological Center, which relies on these specialized systems for its analytical capabilities. The Government plans to award a Firm-Fixed Price contract to Bruker Biospin Corp, with a response deadline for interested parties set for 8:00 am EST on September 20, 2024. For inquiries, contact Julius Wood at julius.a.wood.civ@army.mil.