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
    Notice of Intent to Sole Source: TraumaMan
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Simulab Corporation for the rental of eight body forms and the purchase of 128 chest and neck tissue sets for surgical training purposes. These models are specifically designed to comply with the American College of Surgeons' standards, making them essential for USU's medical education program. This procurement is crucial for maintaining high-quality training for military health professionals and will adhere to the guidelines outlined in FAR Part 13.106-1(b)(1)(i). Interested parties may submit proposals demonstrating their capability to meet USU's needs by 2:00 PM EST on February 20, 2025, via email to Ashley McRae at Ashley.McRae@usuhs.edu, noting that the government will not cover any costs associated with these responses.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    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.
    Notice of Intent to Sole Source to SonoSim, Inc.
    Buyer not available
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source contract to SonoSim, Inc. for the renewal of its ultrasound training software, which will support 63 Advanced Practice RN students and 2 faculty members over a twelve-month period. This specialized software provides illustrated training modules covering various patient systems and incorporates detailed, realistic ultrasound images, fulfilling the specific educational needs of USU. The procurement will adhere to FAR Parts 12 and 13, and while the intention is to proceed with a sole-source contract, USU invites other responsible sources to submit proposals that can meet the requirements by the specified deadline. Interested parties must respond via email by February 7, 2025, to Kaysie Shadeck at kaysie.shadeck@usuhs.edu or Tina Guillot at tina.guillot@usuhs.edu for consideration.
    Learning Management System
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for a Learning Management System (LMS) to PowerTrain, Inc., aimed at providing continuing education (CE) and continuing medical education (CME) for Department of Defense (DoD) personnel. The selected service provider must deliver accredited training products that meet regulatory and safety training requirements for Military Treatment Facilities (MTFs), in accordance with DoD and Occupational Safety and Health Administration guidelines. This contract is crucial for ensuring that DoD personnel maintain their credentialing and licensure requirements, with a base period from February 1, 2025, to January 31, 2026, and an option for an additional year. Interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil for further information, but no solicitation package will be available, and submissions will be for informational purposes only.
    AeroNOx 2.0, Portable Nitric Oxide Titration & Monitoring System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure the AeroNOx 2.0, a portable nitric oxide titration and monitoring system, through a sole source award to INTERNATIONAL BIOMEDICAL, LTD. This procurement is intended to support the Medical Readiness Contracting Office – Pacific and Tripler Army Medical Center in Hawaii, emphasizing the critical need for this specialized medical equipment in military healthcare settings. The contract will be awarded under the authority of FAR 13.106-1(b)(1), allowing for a non-competitive procurement due to the unique nature of the required product. Interested parties can direct inquiries to Keary Haubner at keary.t.haubner.civ@health.mil or by phone at 808-433-9536, although this notice does not obligate the government to award a contract or provide feedback on submissions.
    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 Medical Readiness Contracting Office – Pacific, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for the Tripler Army Medical Center in Hawaii. The procurement includes the supply and installation of various medical dispensing cabinets, integrated computers, and associated services such as training and system maintenance, all under a Firm Fixed Price contract. This system is crucial for enhancing the efficiency of medical supply management and ensuring compliance with Department of Defense cybersecurity requirements. Interested vendors must submit their quotations by March 3, 2025, at 10:00 AM HST, and should direct inquiries to Ms. Megumi Kuwada at megumi.kuwada.civ@health.mil.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Fee Basis Provider Services
    Buyer not available
    The Department of Defense intends to award a firm fixed price bridge contract for Fee Basis Provider Services to Chenega Tri-Services, LLC, on a sole source basis. This procurement aims to provide medical prescreening and examinations for applicants seeking to join the United States Armed Forces, ensuring compliance with the Department of Defense's medical qualification standards. The services are critical for the United States Military Entrance Processing Command (USMEPCOM), which processes enlisted recruits at various Military Entrance Processing Stations (MEPS). Interested parties may submit responses within seven calendar days of this notice, with the anticipated contract performance period running from April 18, 2025, to December 17, 2025, and a four-month option thereafter. For further inquiries, contact Maria Fidone at maria.g.fidone.civ@health.mil or David D. Robledo at david.robledo17.civ@health.mil.
    Intent to Sole Source to Shiny Box LLC for Augmented Reality Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract to Shiny Box LLC for the provision of an augmented reality tele-mentoring platform tailored for upcoming Arctic training events. This procurement is justified based on Shiny Box's exclusive development and management of the software, which is designed for data collection, transmission, and analytics, ensuring proprietary control over these critical components. The successful deployment of this platform is vital for enhancing training efficacy within the government context, particularly in challenging environments. Interested parties can reach out to Ashton Holland at ashton.holland.1@us.af.mil or Richard White at richard.white.44@us.af.mil for further inquiries regarding this opportunity.