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
  1. 1
    Posted Jul 25, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 25, 2024, 12:00 AM UTC
  3. 3
    Due Jul 29, 2025, 8:00 PM UTC
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
DA10-- CENSIS CLOUD
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Censis Technologies, Inc. for the provision of its CensiTrac Surgical Instrument Tracking System. This procurement includes an annual subscription, telephone support, software upgrades, and cloud storage, aimed at maintaining the functionality of the already installed system across multiple VA Medical Centers in New York. The unique and proprietary nature of Censis Technologies' offerings, classified under NAICS code 541519, necessitates this sole-source award, as no other provider can meet the specialized requirements. Interested firms may submit written responses to demonstrate their capability by April 17, 2025, at 10 a.m. ET, with all inquiries directed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov.
MANN-GRANDSTAFF VAMC SPS EQUIPMENT SERVICE
Buyer not available
The Department of Veterans Affairs is seeking to award a sole-source, firm-fixed-price contract to Sustainment Technologies, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB), for the provision of Steris sterile processing equipment and software support at the Mann-Grandstaff VA Medical Center in Spokane, Washington. This procurement is necessary to ensure the continued operation and maintenance of critical medical equipment, which plays a vital role in patient care and safety within the facility. The anticipated award date for this contract is April 10, 2025, and interested parties may direct inquiries to Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903. Responses to this notice will not be compensated and are intended solely to assess market interest for future procurement opportunities.
DA10--Maintenance, Technical Support and Training for Instrument Tracking System (ITS) in support of VISN 20, Vancouver, WA ** Multiple sites within VISN 20 footprint **
Buyer not available
The Department of Veterans Affairs is seeking proposals for maintenance, technical support, and training for the Instrument Tracking System (ITS) utilized within the Veterans Integrated Service Network (VISN) 20, based in Vancouver, WA. The procurement aims to ensure ongoing support for the CensiTrac ITS across multiple sites within the VISN 20 footprint, with a contract structured as a firm-fixed price agreement covering a base year and four optional years, starting from July 1, 2025, to June 30, 2030. This initiative underscores the VA's commitment to maintaining essential health tracking systems that support veteran services, with a total contract value of approximately $47 million. Interested vendors must submit their proposals via email to Contracting Officer Jennifer Robles by April 8, 2025, at 1 PM Mountain Time.
SOURCES SOUGHT NOTICE-MARTIN ARMY HOSPITAL RALS WEB-BASED SOFTWARE SUBSCRIPTION
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Command, is seeking a contractor to provide a renewal subscription for the RALS Web-Based Software System at Martin Army Community Hospital in Fort Benning, Georgia. The contract will cover software licensing for the period from August 1, 2025, to July 31, 2030, ensuring compatibility with existing systems and interfacing with Abbott i-STAT analyzers and glucometers. This procurement is critical for maintaining operational readiness and compliance with healthcare regulations, emphasizing cybersecurity and quality control throughout the contract lifecycle. Interested parties may contact Donna Spence at donna.l.spence2.civ@health.mil for further information, although no solicitation package will be issued, and responses must be submitted by the specified deadline to be considered.
SOURCES SOUGHT NOTICE-MARTIN ARMY HOSPITAL RALS WEB-BASED SOFTWARE SUBSCRIPTION
Buyer not available
The Department of Defense, through the U.S. Army Medical Command, is seeking sources for a web-based software subscription for remote connectivity data management services at Martin Army Hospital in Fort Benning, Georgia. The contractor will be responsible for full implementation, including installation, software services, maintenance, and upgrades, with a focus on compliance with cybersecurity protocols and HIPAA regulations. This service is critical for ensuring efficient data management and operational continuity in a healthcare setting, with an anticipated performance period from August 1, 2025, to July 31, 2030. Interested companies must submit their capabilities and relevant documentation to Donna Spence at donna.l.spence2.civ@health.mil by 4:30 PM EST on April 9, 2025.
Notice of Intent to Award Sole-Source - Evotech Chemical Sterilizer and STERRAD 100NX System - Sole Source (Fort Riley)
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to Advanced Sterilization Products Services Inc. for maintenance services related to the Evotech Chemical Sterilizer and STERRAD 100NX System at Fort Riley, Kansas. This procurement aims to ensure the continued operational efficiency and reliability of critical sterilization equipment used in military medical facilities. The contract, identified as W81K00-25-P-A058, is expected to be awarded on or about April 9, 2025. Interested parties may contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further information regarding this opportunity.
M-107938 Stryker System 9 power instrumentation
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotations for the procurement of Stryker System 9 power instrumentation, exclusively set aside for service-disabled veteran-owned small businesses. The procurement includes various components such as sagittal and reciprocating saws, attachments, batteries, and a sterile battery charger, all intended for use at the Phoenix Indian Medical Center in Arizona. These medical instruments are crucial for surgical procedures, ensuring high-quality care for patients. Interested vendors must submit their quotes by April 8, 2025, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
Microbial Identification System (MIS)
Buyer not available
The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
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.
Advanced 3D Imaging system
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Terarecon INC. for the provision of an Advanced 3D Imaging system to enhance its Picture Archiving and Communication Systems (PACS). The primary objective of this procurement is to transition from multiple local PACS solutions to a unified enterprise-level Advanced 3D solution, which includes an integrated graphical user interface and improved interoperability among existing systems. This initiative is crucial for advancing imaging capabilities within the DHA's healthcare delivery framework, ensuring compliance with industry standards and cybersecurity measures. Interested parties must submit their capabilities statements to the Contract Specialist, Jessee Chege, via email by 12:00 p.m. ET on April 21, 2025, and must affirm their active registration in the System of Award Management (SAM).