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
    J065--Laser Etching and Censitrac Commissioning Surgical Tools
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for laser etching and commissioning services for 25,000 surgical instruments at the Pittsburgh VA Healthcare System. The procurement aims to perform tape removal, create Unique Device Identifications (UDI) using 2D data matrix laser etching, and integrate the instrument data into the existing Censitrac tracking software, with an emphasis on compliance with VA standards. This contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is crucial for maintaining accountability in surgical instrument tracking and maintenance. Interested contractors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Contract Specialist Jeff Mann at jefferson.mann@va.gov or 717-202-5456.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking quotes for the procurement of Cordless BCMA Firmware Scanners intended for VISN 15. This requirement falls under the NAICS Code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is designated as a Firm-Fixed Price, FOB Destination contract, fully set aside for small businesses. The procurement is critical for enhancing the efficiency of healthcare services provided to veterans, ensuring accurate medication administration through advanced scanning technology. Interested vendors should monitor the posting for the Request for Quotes (RFQ), which is expected to be released on or about September 17, 2024, with quotes due by September 23, 2024, at 11:00 AM CST. For inquiries, contact Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    7E21--PDA Scanner Bundle-VISN (Large Business) POP 9/30/2024-9/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the procurement of 76 handheld Personal Digital Assistant (PDA) Scanner Bundles, specifically the medical-grade Zebra TC52ax-HC scanners, along with technical support and a one-year warranty. These scanners will be utilized to enhance the deployment of CensiTrac® Real Time Location Systems (RTLS) across various VISN 19 healthcare facilities, facilitating the tracking of medical equipment’s cleaning and sterilization workflows. The procurement is critical for improving operational efficiency within VA healthcare services, ensuring compliance with regulatory standards, including Section 508 for accessibility. Interested parties must submit their proposals by September 18, 2024, and can direct inquiries to Contract Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
    STRYKER MULTI-SERVICE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is conducting a market survey to identify qualified firms capable of providing multi-service maintenance for Stryker medical equipment across various Navy installations. The procurement involves maintenance services for 26 Stryker gurneys, 11 Powerload systems, 20 Stair-PRO chairs, and 16 LUCAS3 chest compression devices, all of which must adhere to National Fire Protection Association standards and Stryker manufacturer's guidelines to ensure operational readiness and compliance. This initiative is critical for maintaining the safety and effectiveness of emergency medical services within the Navy's response framework. Interested parties should submit a Statement of Capability by September 17, 2022, to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil, and include relevant business information and past performance details.
    6515--Custom Sterile Surgical Procedure Packs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the supply of custom sterile surgical procedure packs to approximately 35 VA Medical Centers and Community Based Outpatient Clinics. The VA is seeking a single contractor to provide all associated services, including sterilization, transportation, and delivery, while adhering to federal, state, and local regulations. The key tasks for the awardee include providing labor, materials, and equipment, along with supervision and quality assurance of the custom sterile packs. The contractor will also be responsible for electronic communication, ordering, and reporting systems. A detailed Statement of Work will be included in the solicitation documents. The VA anticipates awarding a single five-year firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Potential applicants should be registered in the System for Award Management (SAM.gov) under the appropriate NAICS code 339113, with an active SAM account at the time of proposal submission and award. Solicitation documents will be available within 30 days at https://sam.gov. Offerors will have access to detailed requirements and instructions, as well as the proposals due date, which will be adjusted based on the actual release date of the solicitation. Eligible applicants should have the necessary certifications, licenses, and expertise in surgical appliance manufacturing and supply. Their SAM.gov registration and representations should be up to date. Regarding funding and contract details, the estimated value of the contract is not provided. However, the VA indicates it will award a firm-fixed price IDIQ contract. Applicants should keep in mind that the actual value of the award may change based on a variety of factors. For more information or clarifications, interested parties can contact Contract Specialist Laura Nabity at laura.nabity@va.gov or by phone at 651-293-3048.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    FY24 - EER 228371 Carescape B850 Bedside Monitors - 671-24-3-039-0390 (VA-24-00064564)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure GE Healthcare CareScape B850 Bedside Monitors for the Surgical Intensive Care Unit at the San Antonio VA Medical Center. The selected vendor will be responsible for providing the necessary equipment, installation services, software upgrades, and ensuring network connectivity, with a completion timeline of 30 days for installation following a 60-day delivery period post-contract award. This procurement is crucial for enhancing healthcare infrastructure and ensuring compliance with HIPAA privacy standards during the project. Interested parties must respond to the Sources Sought Notice by June 11, 2024, at 3:00 PM Central Time, and can direct inquiries to Contract Specialist Francisco J Mendoza at Francisco.Mendoza@va.gov or (713) 791-1414.
    J065--INTENT TO SOLE SOURCE GE Sitelink & Carescape Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Trillamed for support services related to the GE Carescape Infrastructure at multiple VA medical facilities across Wisconsin and Illinois. The contractor will be responsible for providing all necessary labor, travel, expenses, and parts required for the maintenance and support of this infrastructure, which is critical for the operation of medical equipment in these facilities. This procurement is conducted under the authority of 41 U.S.C. 1901, allowing for simplified acquisition procedures when only one responsible source can meet the agency's needs. Interested firms may submit their capability statements and customer references by 9:00 AM Central Time on September 17, 2024, via email to Lori Eastmead at lori.eastmead@va.gov, as no competitive quotes will be solicited and phone inquiries will not be accepted.
    6515--MEDICAL EQUIPMENT SPS CLARUS DIGITAL INSPECTION SCOPES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of Clarus Digital Inspection Scopes, including a 2mm x 110 cm scope and a 1mm x 110 cm dual USB enclosure flexible mount. This contract aims to acquire essential medical equipment that meets strict specifications for examining medical instruments, ensuring functionality and compliance with federal regulations. The selected vendor will be required to deliver the products within 30 days after receipt of order to designated VA locations in Vancouver, WA. Interested parties should submit their offers by September 17, 2024, and can contact Contract Specialist Lalenia Maria at Lalenia.Maria@va.gov for further information.