Kronos system
ID: 12212627Type: Presolicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Immixtechnology for the implementation of a KRONOS timekeeping system at the Naval Medical Center Portsmouth. This contract, justified as Immixtechnology being the sole provider capable of supplying the system, is set for a single base year from April 1, 2025, to March 31, 2026. The KRONOS system is crucial for managing timekeeping and attendance within the medical facility, ensuring efficient operations and compliance with labor regulations. Interested parties may submit evidence of their capability to provide competitive alternatives, but the government retains discretion over the procurement process. Queries regarding this opportunity should be directed to Contract Specialist Kimberly Bunn at kimberly.p.bunn.civ@health.mil or by phone at 757-953-5740.

    Point(s) of Contact
    Files
    Title
    Posted
    The government has announced its intent to award a sole source Firm-Fixed-Price contract to Immixtechnology for the implementation of a KRONOS timekeeping system at the Naval Medical Center Portsmouth. This contract, set for a single base year from April 1, 2025, to March 31, 2026, is justified as Immixtechnology is deemed the sole provider capable of supplying this system. Interested parties may submit evidence that competition could benefit the government, provided it is feasible in terms of cost and time. The government retains discretion over the decision not to pursue competitive procurement. Respondents will not be reimbursed for any costs related to their submissions. Queries regarding this Notice of Intent should be directed to Contract Specialist Kimberly Bunn with specific subject line requirements. This announcement serves to inform stakeholders of the government's procurement intentions regarding the KRONOS system while maintaining control over the contracting process.
    Lifecycle
    Title
    Type
    Kronos system
    Currently viewing
    Presolicitation
    Similar Opportunities
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc.
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc. for the procurement of specialized electromedical and electrotherapeutic apparatus. This procurement is in accordance with FAR 6.302-1, indicating that COSMED USA Inc. is the only source capable of fulfilling the specific requirements for these critical medical devices. The goods are essential for supporting the operational readiness and medical capabilities of the Navy. Interested parties can reach out to Kelly Polson at kelly.polson@navy.mil for further inquiries regarding this opportunity.
    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.
    Intent to Sole Source: Pharmacy Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking to award a sole source contract for pharmacy services at the Armed Forces Retirement Home in Washington, D.C. The selected contractor, Pharmerica Corp., will be responsible for providing comprehensive pharmacy services, including medication dispensing and ancillary services, while ensuring compliance with all relevant state and federal regulations. This contract is crucial for maintaining the health and safety of approximately 555 veterans residing at the facility, with a contract period from April 1, 2025, to March 31, 2026. Interested vendors must submit their capability statements by 10:00 a.m. ET on March 13, 2025, to the primary contact, Kaity Eaton, at purchasing@fiscal.treasury.gov.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    Time Tagger
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    Endosoft Picture Archiving
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Utech Products Inc. for the Endosoft Picture Archiving system, which is crucial for the 673rd Medical Group at Joint Base Elmendorf-Richardson, Alaska. This procurement will involve a firm-fixed price Purchase Order with a base year from April 29, 2025, to April 28, 2026, extendable through four option years until April 28, 2030, highlighting the importance of Utech's unique capabilities in fulfilling the government's specific needs. Interested vendors may submit a capability statement to demonstrate their qualifications, but questions or requests for information will not be accepted, and any challenges to this sole source requirement must be received by March 13, 2024. For further inquiries, vendors can contact John Lam Ho at ho.j.lam.civ@health.mil or Karen Cusson at karen.r.cusson.civ@health.mil.
    DA10--TrackCore Software License and Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is issuing a Special Notice for a sole source contract for TrackCore Software License and Maintenance Services at the Hudson Valley Healthcare System. The selected contractor, LPIT Solutions, Inc., will be responsible for maintaining the TrackCore Implant tracking system, which is crucial for ensuring accurate tracking of implants and supply items, including detailed records on manufacturer information, expiration dates, and lot numbers. This procurement is vital for the effective management of medical supplies and implants within the healthcare system, ensuring compliance and operational efficiency. Interested parties must respond within 15 days of publication, providing their business information and technical expertise, as no funds have been allocated for this contract yet, and there are no anticipated subcontracting opportunities. For further inquiries, contact Michelle Harsch at Michelle.Harsch@va.gov or call 716-862-7373.
    N66001-25-Q-6068 - Notice of Intent to Award Sole Source Order to Axiom Consulting Group LLC.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to award a sole source contract to Axiom Consulting Group LLC under the notice N66001-25-Q-6068. This procurement focuses on custom computer programming services, which are essential for supporting various defense-related projects and initiatives. The services provided will likely enhance operational efficiency and effectiveness within the Navy's technological framework. Interested parties can reach out to Contract Specialist Dane J Black at dane.j.black.civ@us.navy.mil or by phone at 619-992-2150 for further information regarding this opportunity.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to negotiate a sole source contract with Metabolon, Inc. for metabolomics analysis services over a five-year period, valued at approximately $3.96 million. The contract will support the U.S. Army Research Institute of Environmental Medicine by providing essential analyses of biological samples, including urine and blood, which are critical for ongoing and planned research studies. Metabolon is uniquely qualified to fulfill this requirement due to its extensive library of over 4,000 metabolites and advanced analytical capabilities, including ultra-high performance liquid chromatography-tandem-mass spectrometry (UPLC-MS/MS) and gas chromatography-mass spectrometry (GC-MS). Interested firms may express their capability by March 13, 2025, and should contact Kasey Carroll at kasey.l.carroll.civ@health.mil or Jennifer Bassett at jennifer.s.bassett.civ@health.mil for further information.
    Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.