CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
ID: W81K0224Q0105Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Software Publishers (513210)

PSC

MEDICAL- SURGERY (Q523)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Service Maintenance for the Government-owned ENT Fusion Navigation System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to Medtronic USA, Inc. for service maintenance and repair of the Government-owned ENT Fusion Navigation System located at Evans Army Community Hospital in Ft Carson, Colorado. This procurement aims to ensure the continued operational readiness of critical medical equipment essential for ENT procedures. The contract will be a Firm-Fixed-Price type, with an expected award date by May 25, 2025, and is classified under NAICS code 811210, which pertains to Electronic and Precision Equipment Maintenance, with a size standard of $34 million. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Lornia Villalobos at lornia.j.villalobos.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil.
    Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
    Buyer not available
    The Department of Defense, through the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an integrated software application for the Tripler Army Medical Center in Hawaii. The procurement includes a comprehensive solution that encompasses equipment, software, cybersecurity measures, installation, and training, with the contractor responsible for decommissioning existing units and ensuring compliance with stringent cybersecurity protocols. This initiative is crucial for enhancing the efficiency and security of medical supply management within military healthcare facilities. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Megumi Kuwada at megumi.kuwada.civ@health.mil or call 808-433-9489.
    CTX SPS Laser Instrument Marking System Upgrade
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the CTX SPS Laser Instrument Marking System Upgrade, aimed at enhancing the tracking and management of surgical instruments at the Central Texas Veterans Healthcare System. The contractor will be responsible for providing labor, materials, and services to install a NuTrace Fiber Laser system, conduct site inspections, train staff, and perform instrument marking in compliance with Censitrac database management requirements. This procurement is particularly significant as it supports the efficient management of surgical instruments, ultimately improving patient care within VA facilities. Interested parties, especially service-disabled veteran-owned small businesses, should contact Shannon Robinson at shannon.robinson3@va.gov or 210-875-7473 for further details regarding the project, which includes ongoing maintenance services over three years.
    Biomedical Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of biomedical equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing. The biomedical equipment is crucial for medical and surgical applications, ensuring that military personnel have access to essential medical technology. Interested vendors can reach out to Teresa Baxter at teresa.a.baxter.civ@army.mil or call 615-313-2658 for further details, while Sinamar Benauro is available at sinamar.b.benauro.civ@army.mil or 615-313-0774 for additional inquiries.
    EndoVault software Services
    Buyer not available
    The Defense Health Agency (DHA) intends to issue a sole-source contract to UTECH PRODUCTS INC for the EndoVault software services, specifically a service maintenance agreement (SMA) for the Endo Vault (EndoSoft ©) endoscopic documentation and IMPAX system at the Naval Medical Center San Diego. This contract, effective from March 1, 2025, to February 29, 2028, will provide essential maintenance and updates for a complex hardware/software system critical for endoscopic procedures across various hospital departments, including Pulmonology and Pediatrics. The SMA will encompass 24/7 technical support, regular software upgrades, and direct assistance to the IT department to ensure optimal functionality of the system. Interested parties must submit their capabilities in writing by February 24, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    Notice of Intent to Award Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Getinge USA for the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital located in Fort Riley, Kansas. This contract, which is justified under FAR § 13.106-1(b)(1) due to the unique capabilities of Getinge USA as the sole authorized service provider, is essential for ensuring continuous operation of critical medical equipment, thereby supporting patient care. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with options extending to 2028, potentially raising the total value to $65,218.44. For further inquiries, interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.