Notice of Intent to Sole Source – Alliant Enterprises
ID: 25-007413Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH - CCBETHESDA, MD, 20892, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to Alliant Enterprises for the procurement of three Olympus CV-1500 Surgical Diagnostic Imaging Systems. This acquisition aims to replace the existing Procedure, Vascular Access, Conscious Sedation (PVCS) Surgical Diagnostic Imaging System Technology at the NIH Clinical Center, ensuring continuity in patient care and operational efficiency. The use of Olympus systems is critical due to their unique specifications and the extensive training already established over two decades, which is vital for maintaining patient safety and integrating with current protocols. Interested parties may submit their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by June 23, 2025, at 3 PM EST, as this procurement is being conducted under FAR Part 13, allowing for a sole-source award based on the unique requirements of the NIH.

    Point(s) of Contact
    Kristin Nagashima
    kristin.nagashima@nih.gov
    Files
    Title
    Posted
    The document outlines a sole-source justification for the acquisition of three Olympus CV-1500 Surgical Diagnostic Imaging Systems by the National Institutes of Health (NIH) Clinical Center. Due to urgent needs and the unique specifications of the existing system, no competition was deemed viable. The Clinical Center has utilized Olympus systems for over twenty years, thus ensuring consistency in training and integration with current protocols and applications, which involves significant patient safety considerations. The document cites Federal Acquisition Regulation (FAR) 13.106-1(b)(1) as the statutory authority for proceeding without full and open competition, emphasizing that only Olympus provides the required capabilities without risking patient safety or requiring additional training. The anticipated costs are noted to be fair and reasonable, aligned with industry standards and past procurements. Market research supported the sole-source claim, with no other vendors expressing interest in the acquisition. The recommendation highlights that continued use of Olympus technology will streamline operations and maintain high standards of care, ensuring that patient safety and operational efficiency are prioritized. Overall, this justification underlines the importance of maintaining consistency and reliability in critical medical systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    TheraDoc Hospital Epidemiology System subscription/renewal from Premier Healthcare LLC (Notice of Intent to Sole Source)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription and support for the TheraDoc Hospital Epidemiology System from Premier Healthcare LLC. This procurement aims to ensure continued access to the TheraDoc clinical surveillance and infection control decision support system, which is vital for patient safety, infection prevention, and regulatory compliance at the NIH Clinical Center. The system aggregates and analyzes data from various clinical sources, providing real-time alerts and reports essential for daily operations. Interested parties may submit capability statements by December 15, 2025, to Lu Chang at lu-chang.lu@nih.gov, as this is a sole-source requirement with a performance period starting October 1, 2025, through September 30, 2026, with two additional option years.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    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.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to ensure uninterrupted laboratory services critical for direct patient care, as the facility is already equipped with the necessary systems and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with three optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for potential competitive procurement in the future.
    Sole Source Notice - Development and Maintenance of an Aged Rodent Tissue Bank
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source modification to the University of Washington for the development and maintenance of an Aged Rodent Tissue Bank (ARTB). This modification aims to extend the contract period by 12 months, allowing for the continued collection, storage, and distribution of biospecimens from aged rodent colonies, which is critical for supporting the National Institute on Aging's mission. The services provided under this contract are essential for ongoing research and development in health-related fields, ensuring that there is no interruption in these vital services. Interested parties may express their interest and capability to fulfill this requirement within 30 days of this notice, and should direct inquiries to Robert Bailey at rob.bailey@nih.gov or Brian O'Laughlin at olaughlinb@nida.nih.gov.