Notice of Intent to Sole Source Service Maintenance for Stryker Ambulance Equipment
ID: HT941025N0001Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Defense Health Agency (DHA) intends to award a sole source contract to Stryker Sales, LLC for service maintenance of ambulance equipment at the U.S. Naval Hospital Guam. The procurement encompasses preventive maintenance and repair services for specific Stryker models, including PROCARE-SVC-POWERPRO and PROCARE-SVC-LIFEPAK-FIELD-REPAIR, with a contract duration of one base year plus four option years. This maintenance is crucial for ensuring the operational readiness and reliability of medical equipment used in patient care, adhering to Original Equipment Manufacturer (OEM) specifications. Interested vendors must submit capability statements by 7:00 a.m. Pacific Time on October 4, 2024, to Raphael Badagbor at raphael.k.badagbor.civ@health.mil, as this notice is not a request for proposals but serves to inform potential challengers of the sole source requirement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency intends to award a sole source contract to Stryker Sales, LLC for maintenance services on ambulance equipment at U.S. Naval Hospital Guam. The contract will cover a base year plus four option years and includes specific Stryker models such as PROCARE-SVC-POWERPRO and PROCARE-SVC-LIFEPAK-FIELD-REPAIR. There are no set-aside restrictions for this procurement, categorized under NAICS 811210. Interested parties can submit capability statements to demonstrate their ability to provide equivalent services, with a closing date for submissions on October 4, 2024. The government retains discretion over whether to pursue competitive procurement based on these statements. This notice serves to inform vendors and is not a request for proposals, emphasizing the sole source nature of the contract. The document outlines the procedure for vendors challenging the requirement and the resources to submit their statements.
    The Statement of Work outlines a contract for preventive maintenance and repair services for medical equipment at the United States Navy Medicine Readiness and Training Command (US NMRTC) in Guam. The contractor is responsible for providing trained technicians, supplies, and parts, ensuring all services adhere to Original Equipment Manufacturer (OEM) specifications. Preventive maintenance is scheduled every six months, with repairs requiring Biomedical Repair Division approval before commencing. The contractor must prepare detailed field service reports documenting all work performed, including technician names, equipment details, and billing information. Work must occur on-site during designated hours, with contractors expected to address emergency service needs within seven days. The contract spans from October 9, 2024, to October 8, 2025, including four additional option years. Ownership of all service documentation belongs to the US NMRTC, ensuring comprehensive oversight and management of equipment maintenance within specified guidelines. This contract emphasizes the need for qualified personnel and thorough recordkeeping to maintain high standards of service and patient care.
    Similar Opportunities
    Add 9 FTEs Travel Neo RNs
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking to negotiate a sole source contract to add nine full-time equivalent (FTE) Registered Nurses (RNs) to support the Naval Hospital Guam. This procurement aims to increase staffing levels under existing task orders for the periods from January 20, 2025, to November 14, 2025, and from November 15, 2025, to November 14, 2026, reflecting the critical need for medical personnel in a military healthcare setting. The selected contractor, Luke & Associates, Inc., will be responsible for providing these additional nursing services, which are vital for maintaining healthcare operations at the facility. Interested parties may submit capability statements to Uyen Tran at uyen.t.tran6.civ@health.mil by 0700 PDT on October 17, 2024, to be considered for this opportunity, as no competitive proposals will be solicited.
    Microtome Units Equipment Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide maintenance services for microtome units at the Naval Medical Center Portsmouth in Virginia. The procurement involves the maintenance and repair of eight microtomes, which are critical for the operational readiness of the histology lab, ensuring compliance with Original Equipment Manufacturer (OEM) standards through preventive and corrective maintenance. The contract will have a base period from February 1, 2025, to January 31, 2026, with the possibility of four optional extensions, and proposals must be submitted in the specified format by the extended deadline. Interested parties should contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details.
    J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole-source contract for maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contract will cover a base year from November 1, 2024, to October 31, 2025, with options for four additional years, requiring comprehensive preventive and corrective maintenance services, including parts, labor, and 24/7 remote support from fully qualified field service engineers authorized by the original equipment manufacturer. These services are critical to ensuring the safety and operational efficiency of medical equipment used in patient care. Interested vendors must provide detailed company and capability information if they wish to challenge the sole-source designation, and inquiries can be directed to Contracting Officer Amy Walter at AMY.WALTER1@VA.GOV.
    Preventative Maintenance for Audiology and Hearing Testing Equipment at NH Jacksonville, FL
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking a contractor to provide preventative maintenance services for audiology and hearing testing equipment at Naval Hospital Jacksonville, Florida. The contract will cover all necessary personnel, equipment, supplies, and services to maintain Government-owned audiology equipment, specifically from manufacturers such as Grason-Stadler and Interacoustics, among others. This procurement is crucial for ensuring the operational readiness and reliability of medical equipment used in hearing assessments. Interested vendors must submit their capability statements, including manufacturer permissions, to Cary M. Wolbrette and Jessica Horst by 10:00 AM Eastern Time on October 7, 2024, as this opportunity is not open for competitive proposals.
    J065--WASHINGTON DC | INTENT TO SOLE SOURCE | SUN NUCLEAR SUPPORT SERVICES ONE BASE YEAR PLUS FOUR OPTION YEARS | 11/01/2024 TO 10/31/2025 UCD 10/31/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) in Washington, DC, intends to award a sole-source contract for support services related to Sun Nuclear equipment utilized in the Radiation Oncology department. This contract will cover one base year from November 1, 2024, to October 31, 2025, with four additional one-year options extending through October 31, 2029, and will include comprehensive maintenance services such as preventive and corrective maintenance, requiring all parts and services to be OEM certified. The importance of this procurement lies in ensuring the operational integrity and safety of medical equipment critical for patient care, while also emphasizing compliance with safety regulations and the protection of patient health information. Interested vendors, particularly service-disabled veteran-owned and small businesses, are encouraged to submit their qualifications to the primary contact, Amy Walter, at Amy.Walter1@va.gov, as this notice serves as market research and is not a solicitation for bids.
    Anticipated award with Biosense Webster (CAGE: 1LXW3)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source follow-on contract to Biosense Webster, Inc. for the provision of an intracardiac Integrated Catheter mapping system, ensuring uninterrupted service for the Cardiovascular Health & Interventional Radiology (CVHIR) Department at Walter Reed National Military Medical Center in Bethesda, Maryland. This contract is necessary as the current Master BPA (HT001421A0020) is set to expire, and the new contract will span a period of five years while a competitive award process is underway. The procurement falls under the NAICS code 334510, which pertains to the manufacturing of electromedical and electrotherapeutic apparatus, and is not open for competitive bids. For further inquiries, interested parties may contact Edgar DuChemin at edgar.r.duchemin.civ@health.mil or by phone at 703-275-6348.
    J065--BD Pyxis Service - VISN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for maintenance services related to BD Pyxis medication systems, primarily to Carefusion Solutions, LLC. This contract, designated as 36C26324Q1213, aims to ensure continuous maintenance, including technical support, parts repair, preventive maintenance, and software updates for the BD Pyxis systems utilized across various VA facilities in the Midwest. The initiative is critical for sustaining automated dispensing systems that enhance medication management and safety for veterans. Interested vendors not currently representing Carefusion may submit capability statements to Contract Specialist Emanuel Nevarez at emanuel.nevarez@va.gov, with the contract set to begin on January 1, 2025, and spanning five years.
    Notice of Intent to Sole Source Upgrade of REES Automated Temperature Monitoring System at NMCP, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to REES Scientific Corporation for the upgrade of the REES Automated Temperature Monitoring System at the Naval Medical Center Portsmouth, Virginia. This procurement aims to enhance the existing temperature monitoring capabilities, which are critical for maintaining the integrity of medical supplies and equipment. The contract will cover a base year from December 16, 2024, to December 15, 2026, with a total estimated value of $122,916.82, and will include four option years. Interested parties may submit evidence demonstrating the advantages of competition to the Contract Specialist, Cynthia Scharnowske, at cynthia.e.scharnowske.civ@health.mil, although the government will not be responsible for any costs incurred in responding to this notice.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    Award a Sole Source Contract for Fingerprinting Services, Defense Health Agency
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) of the Department of Defense is awarding a sole source contract for fingerprinting services necessary for background investigations of military, civilian, and contractor personnel. This contract will cover the collection of fingerprints and their submission to the Defense Counterintelligence and Security Agency, supporting both initial investigations and reinvestigations across the 50 United States and U.S. Territories. The importance of these services lies in their critical role in ensuring timely and effective hiring practices within the agency, particularly in light of competitive employment offers that could disrupt the hiring process. The contract period is set from September 27, 2024, to September 26, 2025, with an option to extend through September 26, 2026. For further inquiries, interested parties can contact Mary Ann Young at mary.a.young138.ctr@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.