Fee Basis Provider Services
ID: W81K04-25-R-A009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)
Timeline
    Description

    The Department of Defense intends to award a firm fixed price bridge contract for Fee Basis Provider Services to Chenega Tri-Services, LLC, on a sole source basis. This procurement aims to provide medical prescreening and examinations for applicants seeking to join the United States Armed Forces, ensuring compliance with the Department of Defense's medical qualification standards. The services are critical for the United States Military Entrance Processing Command (USMEPCOM), which processes enlisted recruits at various Military Entrance Processing Stations (MEPS). Interested parties may submit responses within seven calendar days of this notice, with the anticipated contract performance period running from April 18, 2025, to December 17, 2025, and a four-month option thereafter. For further inquiries, contact Maria Fidone at maria.g.fidone.civ@health.mil or David D. Robledo at david.robledo17.civ@health.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    TriMed Procedural Packages
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for TriMed Inc.’s orthopedic procedural packages, which include necessary implants, instrumentation sets, and auxiliary products for orthopedic surgeries. The contract aims to streamline procurement processes by providing automated e-commerce solutions and requires the contractor to offer on-site technical support to medical personnel around the clock. This procurement is crucial for ensuring that Department of Defense hospitals have access to comprehensive surgical packages, with an estimated total contract value of approximately $1.8 million over five years, and a maximum contract ceiling of $3,679,288. The solicitation (SPE2DE-25-R-0005) is expected to be issued on February 7, 2025, and interested parties can find more information on the DLA Internet Bid Board System (DIBBS) or contact Rose Schofield at rose.schofield@dla.mil for further inquiries.
    Notice of Intent to Award Sole Source- Emergency Medical Services for Sheppard AFB, TX
    Buyer not available
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base (AFB) in Texas, intends to award a sole-source contract for Emergency Medical Services (EMS) to American Medical Response Ambulance Service, Inc. (AMR). The contract will provide comprehensive 911 EMS coverage, including 24/7 availability and Advanced Life Support capabilities, essential for responding to emergencies during military exercises and events. This procurement is critical for ensuring timely and effective medical response services at Sheppard AFB, particularly given the historical context of similar contracts and the exclusive rights agreement with Wichita County. Interested parties may submit their capabilities in writing to both Kiana Perry and Carri Dulaney via email by February 7, 2025, with the anticipated award date set for March 1, 2025.
    Microbial Testing Supplies - Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    DRAFT RFP - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Natick Division, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under a Draft Request for Proposal (RFP). The primary objective is to provide comprehensive medical material support to Army components, ensuring healthcare readiness through various services including program management, logistics analysis, and medical liaison activities. This procurement is critical for maintaining effective logistical and medical support in military operations, with a total funding amount anticipated at $20 million. Interested small businesses are encouraged to review the draft documents and submit their feedback by February 14, 2025, to the primary contacts Patrick Wallace and Jason Goode via the provided email addresses.
    Learning Management System
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for a Learning Management System (LMS) to PowerTrain, Inc., aimed at providing continuing education (CE) and continuing medical education (CME) for Department of Defense (DoD) personnel. The selected service provider must deliver accredited training products that meet regulatory and safety training requirements for Military Treatment Facilities (MTFs), in accordance with DoD and Occupational Safety and Health Administration guidelines. This contract is crucial for ensuring that DoD personnel maintain their credentialing and licensure requirements, with a base period from February 1, 2025, to January 31, 2026, and an option for an additional year. Interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil for further information, but no solicitation package will be available, and submissions will be for informational purposes only.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Notice of Intent to Sole Source: TraumaMan
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Simulab Corporation for the rental of eight body forms and the purchase of 128 chest and neck tissue sets for surgical training purposes. These models are specifically designed to comply with the American College of Surgeons' standards, making them essential for USU's medical education program. This procurement is crucial for maintaining high-quality training for military health professionals and will adhere to the guidelines outlined in FAR Part 13.106-1(b)(1)(i). Interested parties may submit proposals demonstrating their capability to meet USU's needs by 2:00 PM EST on February 20, 2025, via email to Ashley McRae at Ashley.McRae@usuhs.edu, noting that the government will not cover any costs associated with these responses.
    MediaLab Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract for a MediaLab subscription to MediaLab Solutions, LLC, aimed at enhancing the quality systems processes and document management for the Fort Meade MEDDAC’s Department of Laboratory. This procurement is essential for providing a HIPAA-compliant, web-based modular software solution that integrates various functionalities, including CAP inspection readiness and employee competency assessments, into a single cloud-based platform. The MediaLab subscription is critical for streamlining operations and ensuring compliance within the laboratory environment. Interested organizations may submit their capabilities and qualifications to the contract specialist, Myissha Tompkins, via email at myissha.n.tompkins.civ@health.mil for consideration in future acquisitions.
    Notice of Intent to Sole Source Assurance Elite Service Plan
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent to Sole Source for the Assurance Elite Service Plan, focusing on electronic and precision equipment repair and maintenance. The contractor will be responsible for providing services in the Cardiac Cath Lab, ensuring adequate workforce availability during standard operating hours while adhering to security requirements and cybersecurity compliance. This procurement is crucial for maintaining operational efficiency in medical, dental, and veterinary equipment services within the DHA facilities located in California. Interested parties can reach out to Jojie Urrete at jojie.n.urrete.civ@health.mil for further details regarding this opportunity.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.