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
    6525--Brainlab Annual Subscription
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the procurement of a Brainlab Annual Subscription, which includes a treatment planning software and server hardware package for surgical procedures at the Richmond VA Medical Center in Virginia. This solicitation, identified as number 36C24624Q1465, is part of the VA's ongoing efforts to enhance medical services through updated technology and is categorized under NAICS Code 334517, with a size standard of 1,200 employees. The contract will consist of a base period and one option year, with the solicitation expected to be released around September 17, 2024. Interested parties should direct their inquiries via email to Contracting Officer Gordon E. Burns at Gordon.Burns@va.gov, as telephone inquiries will not be accepted.
    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.
    7E21--36C242-24-AP-4561|528-24-6876-0484|New Censis PDAs Sole-Source Notice
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to Censis Technologies for the procurement of seven Censis Handheld PDAs for the Finger Lakes Healthcare System, specifically for the Rochester Outpatient Clinic. These Zebra handheld devices are essential for inventory management and are the only models compatible with the existing Censis technology on-site, as Censis is the sole provider of the required software. This procurement is part of a national replenishment initiative, emphasizing the critical need for compatible devices to ensure efficient operations within the Veterans Affairs medical center. Interested parties can contact Contracting Officer Corey Swinton at Corey.Swinton@va.gov for further information, with a response deadline set for September 23, 2024, at 4 PM Eastern Time.
    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.
    6525--TIMS 2000 SP MCP
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit quotes for the TIMS 2000 SP Mobile Cart Package, with the Request for Quote (RFQ) 36C24624Q1438 expected to be issued around September 17, 2024. This procurement aims to secure a firm-fixed price contract for a period of 12 months, focusing on the acquisition of essential medical imaging equipment under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing. Interested contractors must be registered in the System for Award Management (SAM) to qualify for the award, and all relevant documents, including any amendments, will be available for download from the Contract Opportunities website. For inquiries, potential bidders can contact the contracting officer, Tiara White, at Tiara.White@va.gov or by phone at 757-315-3941.
    Stryker Cot Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP) Puget Sound, is seeking quotes for the maintenance of Stryker power cots at four naval locations in Washington state. The procurement involves a firm fixed price purchase order for annual maintenance services, which must be performed by Stryker-trained specialists and include preventative and corrective maintenance, battery servicing, and compliance with operational standards. This maintenance is crucial for ensuring the operational readiness and safety of fire and emergency services equipment used by the Navy. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil. All quotes must comply with the requirements outlined in RFQ N0040624Q1032 and be submitted in the specified formats.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.