Notice of Intent to Sole Source supply of blood additive solution for use in Naval Hospital Guam-Agana (NHGA)
ID: HT941025N0048Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Blood and Organ Banks (621991)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Haemonetics Corporation for the supply of blood additive solutions for the Naval Hospital Guam-Agana (NHGA). The procurement includes 10 cases of De-Glyce and 15 cases of Nutrient Additive Solution, which are critical for the processing and preservation of blood products during apheresis procedures. These solutions are essential for maintaining the quality of red blood cells and platelets, thereby supporting the hospital's healthcare services. Interested vendors may submit capability statements by March 10, 2025, although no competitive proposals will be solicited, and inquiries via email will not be entertained. For further information, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Mariangela Monsalve at mariangela.j.monsalve.civ@mail.mil.

    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity plans to award a sole source contract to Haemonetics Corporation for the supply of blood additive solutions for Naval Hospital Guam-Agana (NHGA). This contract is justified under the Federal Acquisition Regulation as Haemonetics is the only provider capable of meeting the hospital's requirements due to the proprietary nature of their products. The specific blood additive solutions required include the Haemonetics 250mL Anticoagulant Citrate Phosphate Double Dextrose (CP2D) and the 250mL Additive Solution Formula 3 (AS-3), which are essential for preserving red blood cells and platelets during apheresis procedures. The delivery date is set for April 1, 2025. Interested vendors may submit capability statements by March 10, 2025, to demonstrate their ability to provide similar products, but this notice clarifies that no competitive proposals will be solicited, and email inquiries will not be entertained. The document serves to inform and set parameters for any potential challenges to this sole source decision.
    The US Naval Hospital Guam-Agana is requesting the procurement of additive solutions for automated apheresis devices, aimed at collecting human blood and components. The primary objective of this purchase order is to ensure the timely delivery of essential solutions required for processing the collected blood products. All supplies and equipment necessary for this operation are to be provided by the contractor in a one-time delivery scheduled for April 1, 2025. The specific requirements include 10 cases of De-Glyce (Catalog # 00236-00) and 15 cases of Nutrient Additive Solution (Catalog # 0462A-00), both to be delivered to the designated Naval Hospital address in Agana Heights, Guam. There are no special requirements outlined for this order. The document illustrates the procurement process for medical supplies within a U.S. military medical facility, ensuring that operational needs are met to support healthcare services efficiently.
    Similar Opportunities
    Whole Blood Collection Bags
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to supply whole blood collection bags for the Armed Services Blood Bank Center-Pacific Northwest at Madigan Army Medical Center in Washington. The procurement includes 6,600 FDA-approved leukoreduction collection bags with a 500 mL primary container volume, along with necessary adapters that must interface with existing medical equipment, adhering to industry standards and regulatory requirements. This initiative is crucial for ensuring the delivery of quality blood products to support military healthcare operations. Interested bidders must submit their quotations by March 14, 2025, with delivery scheduled from April 1, 2025, to March 31, 2026. For further inquiries, contact Matthew Kohler at matthew.e.kohler2.civ@health.mil or George Rutt at george.r.rutt.civ@health.mil.
    Blood Plasma Spray Drying System
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the development of a Blood Plasma Spray Drying System. This procurement aims to acquire a specialized system that will enhance the processing and preservation of blood plasma, which is critical for medical applications in military and civilian healthcare settings. The project is expected to take place in San Antonio, Texas, and will involve the manufacturing of advanced measuring and controlling devices as classified under NAICS code 334519. Interested parties should reach out to Jeremy McMurry at jeremy.l.mcmurry.civ@health.mil for further details regarding the submission process and any associated deadlines.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    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 Department of the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an accompanying software application for the Tripler Army Medical Center in Hawaii. The procurement aims to enhance hospital operations by providing a complete supply system, including installation services, compliance with cybersecurity standards, and training for staff, while ensuring the deinstallation of existing equipment. This initiative is critical for modernizing healthcare delivery and improving supply chain management within a federal medical facility. 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.
    ClonoSEQ Reference Testing Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source firm fixed contract for ClonoSEQ Reference Testing Services to Adaptive Biotechnologies Corporation. This procurement involves providing FDA-cleared in vitro diagnostic testing services, which include 15 genomic sequence analyses per year, and will be managed under FAR Part 13, Simplified Acquisition Procedures, covering a base year plus four optional years. These specialized medical laboratory services are crucial for maintaining medical readiness within the military. Interested providers must contact Colleen M. Rye by March 14, 2025, to demonstrate their capability to deliver the required services, as the award will be based on the lowest price/technically acceptable proposal, focusing exclusively on brand name products.
    Miniaturized Large Volume Infusion System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking information from vendors regarding a Miniaturized Large Volume Infusion System as part of a Request for Information (RFI) numbered HT9425-25-RFI-MMCIP. The system must meet specific requirements, including the capability to deliver multiple fluids and medications simultaneously, compact size and weight restrictions, and compliance with FDA approvals, while also being suitable for both military and civilian applications. This initiative is crucial for enhancing patient care in military settings, particularly in austere environments, and aims to refine procurement requirements based on industry feedback. Interested vendors should submit their detailed responses by March 28, 2025, and can contact Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil or 301-619-2651 for further information.
    Radiopharmaceuticals - Naval Medical Center Portsmouth
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for the procurement of radiopharmaceuticals to support cancer treatment at the Naval Medical Center Portsmouth. The contract aims to secure a supply of various medical imaging agents, including Tc-99m isotopes, I-123, and F-18 compounds, essential for diagnostic imaging and therapeutic applications, over a five-year period from April 1, 2025, to March 31, 2030, with options for renewal. This procurement is critical for ensuring the availability of necessary medical supplies within the military healthcare system, emphasizing compliance with safety regulations and cost-effectiveness. Interested vendors, particularly small businesses, are encouraged to submit proposals by March 11, 2025, and can contact Carol Uebelacker at carol.e.uebelacker.civ@health.mil or 210-952-8111 for further information.
    Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.