SIMBIONIX FLEX VR STIMULATOR
ID: W81K0225QA019Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Defense, specifically the Medical Readiness Contracting Office – Pacific, intends to make a sole source award to Simbionix USA Corporation for the procurement of the FlexVR training platform, which supports the Tripler Army Medical Center in Hawaii. This contract is being pursued under the authority of FAR 13.106-1(b)(1), allowing for a non-competitive procurement due to the unique availability of the required training platform. The FlexVR training platform is crucial for enhancing medical readiness and training capabilities within the military healthcare system. Interested parties may direct inquiries to Keary Haubner at keary.t.haubner.civ@health.mil or by phone at 808-433-9536, noting that this notice does not obligate the government to award a contract or provide feedback on submissions.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    SirsiDynix Horizon Library Management System Software as a Service (SaaS) Upgrade and Maintenance Services for Tripler Army Medical Center, Hawaii
    Buyer not available
    The Department of Defense is seeking to procure upgrade and maintenance services for the SirsiDynix Horizon Library Management System Software as a Service (SaaS) at Tripler Army Medical Center in Hawaii. This procurement is classified as a sole source justification, indicating that the services are specifically required from a single provider due to the unique nature of the software and its integration with existing systems. The SirsiDynix system is critical for managing library resources and services, ensuring efficient operations within the medical center. Interested vendors can reach out to Jody Yamamoto at jody.m.yamamoto.civ@health.mil or by phone at 808-438-5126 for further details regarding this opportunity.
    Acupuncture Training for Walter Reed Medical Staff
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source, firm-fixed-price contract to ACUMED-ORG, LLC for Integrated Structural Acupuncture Training for 12 Department of Defense (DoD) attendees at Walter Reed National Military Medical Center (WRNMMC). This training aims to certify medical staff in acupuncture techniques to enhance pain management for military beneficiaries, supporting the National Capital Region Pain Initiative. Interested parties may submit statements of capabilities to demonstrate their ability to provide the required training by December 12, 2025, at 10:00 AM EST, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil. This notice is not a request for competitive proposals, and the contract will be awarded under FAR 13.106-1 (b)(1) for purchases not exceeding the simplified acquisition threshold.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    6515--EndoSuite Simulator
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for the procurement of an EndoSuite Simulator and its components for the Tibor Rubin VA Medical Center located in Long Beach, California. The simulator must meet specific salient characteristics, including features such as interchangeable cartridges, a 27-inch touchscreen, power foot switches, various scope types, and a comprehensive set of basic and advanced endoscopy modules for SAGES Fundamentals of Endoscopic Surgery (FES) testing. This procurement is crucial for enhancing the training and operational capabilities of medical staff, ensuring they are equipped with the latest technology for endoscopic procedures. Interested parties are encouraged to submit their capabilities and relevant information by December 19, 2025, at 12:00 PM PDT, to the primary contact, Israel Garcia, via email at Israel.Garcia2@va.gov.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Sole Source Justification and Approval Posting for W911RX23C0005
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    Tac-Med Manikins
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 502D Contracting Squadron, is conducting market research for the procurement of Tac-Med Manikins, which are essential for Tactical Combat Casualty Care (TCCC) training at Joint Base San Antonio-Lackland, Texas. The requirement includes various types of manikins, such as Upper Trauma Trainers, Lower Patient Simulator Emergency Medical Trauma Trainers, and Female Modular Manikins, along with associated services like new equipment training and an annual repair program. These manikins will be utilized by approximately 900 trainees and instructors weekly during simulated combat scenarios, highlighting their critical role in military medical training. Interested vendors are encouraged to submit their capabilities and responses to the Request for Information (RFI) by December 8, 2025, at 10:00 AM CST, with inquiries directed to Jack Caniglia at jack.caniglia.3@us.af.mil.
    ASSET/BEST Surgical Residence Course with Medical Human Cadavers
    Buyer not available
    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office-Pacific, is seeking to procure three medical cadavers from Science Care Inc. for the BEST and ASSET Surgical Training Course at Madigan Army Medical Center. This acquisition, valued at $23,836.00, includes the cadavers, Covid testing, cremation processing fees, shipping and handling, and additional weekend shipping fees, all critical for providing essential surgical skills training to residents prior to graduation. The procurement is justified as a sole-source purchase due to the urgent training requirements and the inability to secure competitive offers from other sources. Interested parties can contact Walter J. Bischoff at walter.j.bischoff.civ@mail.mil or by phone at 360-486-0707 for further details.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.