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.
DA01--Censitrac® software for the RTLS Instrument Tracking System (Base 4)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for subscription services of the Censitrac® Real Time Location System (RTLS) at the James J. Peters Bronx VA Medical Center. This contract will cover a base period of one year, from June 1, 2025, to May 31, 2030, with the option for four additional years, and is aligned with FAR 8.405-6(a)(1)(B). The Censitrac system is crucial for tracking surgical instruments throughout the sterile processing cycle, thereby automating documentation for sterilization in various medical settings, including operating rooms and dental clinics. Interested parties that believe they can meet the requirements may submit written notifications by April 17, 2025, at 2:00 PM EDT, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
FY25 STAT-DX SUBSCRIPTION
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Benning, is seeking sources for the FY25 STAT-DX Subscription, aimed at providing multi-user online subscription services for the Department of Radiology at Martin Army Community Hospital (MACH). This non-personal services contract will support a team of ten users by offering access to a comprehensive array of radiology resources, including imaging cases, differential lists, and educational materials, thereby enhancing decision-making and patient care. The contract is anticipated to have a base period of 12 months with four additional option years, and interested parties must submit their capabilities statements by 12 p.m. EST on April 21, 2025, to the designated email address of the Contract Specialist, Krista Spencer.
DA10--BNOE MIM Symphony DX Software
Buyer not available
The Department of Veterans Affairs (VA) is seeking to procure software licensing for MIM Symphony DX Analytics software, which is designed to enhance the analysis of prostate ultrasound and MRI scans. This procurement includes essential services such as corrective maintenance, software updates, and technical support, which will be provided either onsite or remotely to ensure optimal functionality. The initiative is crucial for improving patient care through advanced analytical capabilities while adhering to federal regulations and oversight procedures. Interested parties must submit a signed SF 1449 form, company details, and a price/cost schedule by April 14, 2025, with an estimated contract value of $47 million. For further inquiries, contact Tracy M Heath at tracy.heath@va.gov.
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).
Brainlab Consultation Services-Curve Navigation
Buyer not available
The Department of Defense, through the Defense Health Agency, is soliciting quotes for Brainlab Consultation Services-Curve Navigation at the Naval Medical Center in San Diego, California. The contract aims to provide intraoperative neuro-navigation consultation services, including training and onsite guidance for the BrainLab Curve Navigation System, which is critical for enhancing surgical outcomes in cranial and spine surgeries. This opportunity underscores the importance of maintaining high-quality patient care and operational integrity within the military healthcare system, ensuring that advanced medical technologies are effectively utilized. Interested vendors must submit their quotes by April 24, 2025, and can contact Dwayne Casad at Dwayne.M.Casad.civ@health.mil or 210-868-4977 for further details.
EndoPro System - Software upgrade
Buyer not available
The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to ThunderCat Technology for a software upgrade to the EndoPro System, which is crucial for managing gastrointestinal care for military personnel and their families at the San Antonio Military Medical Center. This upgrade aims to address significant issues with the current endowriting software, which has been plagued by crashes that delay patient care and hinder access to prior medical reports, thereby affecting quality control and clinical research. The contract, valued at approximately $27.5 million, is expected to be awarded around May 8, 2025, with interested vendors required to submit their capability statements by April 20, 2025, at 10:00 AM CST. For further inquiries, vendors can contact Derrick J Johnson at derrick.j.johnson2.civ@health.mil.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).