EVO Implantable Collamer Lens Supply Purchase for Naval Hospital Camp Pendleton
ID: HT941025N0072Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source Blanket Purchase Agreement (BPA) for the supply of EVO Implantable Collamer Lens (ICL) products to Staar Surgical Co for use in refractive surgery at Naval Hospital Camp Pendleton. This procurement is essential for the Ophthalmology Department at the hospital, as Staar Surgical Co is the only manufacturer and distributor of ICLs that meets the Government's specific requirements. The BPA will cover the ordering period from May 1, 2025, to May 30, 2028, and interested vendors must submit capability statements by April 8, 2025, to Kennette Esguerra at kennette.m.esguerra.civ@health.mil for consideration. No competitive proposals will be accepted, and inquiries should be directed to the provided contact information.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
Notice of Intent to Award a Sole Source BPA
Buyer not available
The Defense Health Agency (DHA) intends to award a Sole Source Blanket Purchase Agreement (BPA) to Broughton Pharmaceuticals, LLC for the procurement of specialty pharmaceuticals, including oral, injectable, and inhalation forms. This procurement is being conducted under FAR 13.501(a)(1), indicating that no competitive solicitations will be available at this time, and it aims to ensure the military healthcare system has access to essential specialized health services and products. Interested parties may submit capability statements by April 30, 2025, at 2:00 PM EST, to the designated contacts, Oneil Sharpe and Mrs. Faatalivale M. Te’o-Lewis, for consideration regarding potential competitive procurement, although the final decision will rest with the government.
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.
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
Zeiss Lumera 700 Microscope
Buyer not available
The Department of Veterans Affairs is seeking to procure a Zeiss Lumera 700 Microscope through a sole-source contract with ProAim Americas, LLC, specifically for the Michael E. DeBakey VA Medical Center in Houston, Texas. This advanced microscope is essential for enhancing visualization during ophthalmic surgeries, thereby improving patient outcomes and minimizing downtime post-surgery. The procurement includes delivery, installation, warranty, and training for the equipment, emphasizing the VA's commitment to providing cutting-edge medical care to veterans. Interested parties must demonstrate their OEM or authorized dealer status and submit their documentation by April 28, 2025, with inquiries directed to Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or 713-350-2943.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
EVOs M7000 Microscope
Buyer not available
The Department of Defense, specifically the Department of the Navy through the Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order for an EVOs M7000 Microscope to Fisher Scientific Company LLC. This procurement is being conducted under Simplified Acquisition Procedures, as outlined in FAR Part 13, and will not be open for full competition, as authorized under FAR 6.302-1. The EVOs M7000 Microscope is critical for analytical laboratory applications, supporting the Navy's operational and research needs. Interested parties may challenge the sole source designation by submitting written documentation to the primary contact, Sarah Schultz, at sarah.schultz@navy.mil, by the specified deadline, with the anticipated award date set for April 21, 2025.
Vision Care Coordination
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Vision Care Coordination contract, aimed at establishing a nationwide network for coordinating vision health care within the Military Health System. The procurement seeks to enhance vision care services by requiring contractors to provide comprehensive program management support, including patient outreach, data collection, and coordination of care between Military Treatment Facilities and the Veterans Affairs system. This initiative is critical for improving the efficiency and effectiveness of vision care services for DoD beneficiaries, with a contract period starting September 24, 2025, and lasting up to five years, including optional extensions. Interested parties should submit their proposals by May 15, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further information.