Notice of Intent to Sole Source – Mobility Research Inc.
ID: 25-005340Type: Special Notice
Overview

Buyer

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

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)

PSC

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

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to Mobility Research Inc. for the procurement of a LiteGait 500X mobility device, which is essential for patient rehabilitation at the Mark O. Hatfield Clinical Research Center. This acquisition aims to replace an outdated mobility device to ensure compliance with patient safety standards and enhance rehabilitation outcomes for patients requiring physical therapy. The LiteGait device, which supports patients up to 500 pounds and adheres to a "no lift" policy, is critical for maintaining operational efficiency and safety in clinical settings. Interested parties may submit their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by May 9, 2025, at 4 PM EST, with the total contract value estimated at $27,245.

    Point(s) of Contact
    Kristin Nagashima
    kristin.nagashima@nih.gov
    Files
    Title
    Posted
    The NIH Clinical Center, under Minal Jain's leadership, seeks approval for a sole-source procurement of one LiteGait 500X mobility device from Mobility Research, valued at $27,245. This device replaces an outdated unit, ensuring patient safety for those requiring rehabilitation. As a critical component of patient care at the NIH's extensive research hospital, the LiteGait device supports patients up to 500 pounds, adhering to safety protocols, including a "no lift" policy. Mobility Research is the sole manufacturer and FDA-registered distributor of the LiteGait, which comes with a lifetime warranty. The justification for this non-competitive acquisition references statutory authority under FAR 13.106-1(b)(1), allowing for such actions when only one source is viable due to unique specifications and safety needs. Market research was deemed unnecessary as no competitors offer a comparable product. The document emphasizes maintaining high patient safety standards and operational efficiency within the NIH's commitment to clinical research and care. The anticipated purchase aims to enhance rehabilitation outcomes while minimizing risks to staff and patients alike.
    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 – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    Service Contract for ThermoFisher FEI Tecnal T20. Transmission Electron Microscope
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive service contract for the ThermoFisher FEI Tecnal T20 Transmission Electron Microscope. This contract is essential for providing continuous expert maintenance, repairs, and software updates to ensure optimal performance and minimize downtime of the specialized microscope. The contract, justified under FAR Part 13-Simplified Acquisition Procedures, is not expected to exceed $250,000 and will cover the period from February 1, 2026, to January 31, 2027. Interested parties are invited to submit capabilities statements to Mr. Michael Falzone at falzoneml@nih.gov by December 26, 2025.
    Articulate 360 Teams
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract for Articulate 360 e-learning authoring software, essential for the Clinical Center's Nursing Department and other associated entities. This software has been in use since 2015, enabling the development and maintenance of over 60 online training courses critical for a 24/7 workforce, and is recognized as the only vendor providing the necessary customizable tools for content developers. The acquisition, which involves a yearly team subscription for 26 users at a cost of $35,076.60, is justified under FAR 13.106-1 due to the unique qualifications of the contractor and the need to maintain existing courses. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 22, 2025, for consideration.
    Notice of Intent to Sole Source – Stemcell Technologies
    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 contract to StemCell Technologies Inc. for the procurement of EasySep cell separator kits for the Department of Laboratory Medicine at the NIH Clinical Center. These kits are essential for use with RoboSep instruments currently utilized in the laboratory, and StemCell Technologies is the sole manufacturer capable of meeting the specific clinical and research requirements of the department. Interested parties may express their interest and capabilities regarding this procurement, but the government retains discretion over the decision not to compete the requirement. Comments and inquiries should be directed to Kristin Nagashima at kristin.nagashima@nih.gov by December 19, 2025, at 12 PM EST.
    GraphPad Prism Subscription Renewal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
    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.
    DA10--MedBridge Rehabilitation Resource VISN1 Library FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Medbridge Inc. for a one-year subscription to the Medbridge Rehabilitation Resource Platform, specifically for its VISN 1 network. This procurement aims to provide essential tools for physical, occupational, and speech-language therapists, including continuing education resources, patient engagement content, and customized exercise videos accessible via mobile devices. The Medbridge platform is deemed critical as it uniquely meets the VA's requirements for content, presentation, certification preparation, and patient engagement features, with the contract period set from December 11, 2025, to December 10, 2026. Interested parties capable of providing the required subscription are encouraged to express their interest by December 22, 2025, and can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or by phone at 802-295-9363 for further information.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent, to enhance patient care across its medical centers nationwide. The procurement aims to provide safe and efficient patient transfer solutions, minimizing physical effort and reducing injury risks for both patients and caregivers. Interested vendors must submit their proposals, including technical capabilities and pricing, by January 7, 2026, with questions due by December 18, 2025. For further inquiries, contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.
    NIH COGEN Maintenance and Repair
    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 contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.