MRidium Infusion System
ID: HT941025N0064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 11:00 PM UTC
Description

The Defense Health Agency (DHA) intends to award a sole source contract to IRADIMED CORPORATION for the maintenance and service of the MRidium Infusion System at the Naval Medical Center in San Diego, California. This procurement aims to ensure the operational reliability of critical medical equipment through a service maintenance contract that includes a base year and two option years, covering various service plans such as MRidium Premium Maintenance and Assurance Elite Service Plan for Electrophysiology. The contract is vital for maintaining the functionality of essential medical devices, with the unique capabilities of IRADIMED CORPORATION identified as necessary to meet the government's requirements. Interested firms may submit capability statements by April 7, 2025, to Dania Suazo at dania.suazo.civ@health.mil, as this notice does not initiate a competitive solicitation process.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 11:04 PM UTC
The Defense Health Agency plans to award a sole source contract to IRADIMED CORPORATION for maintenance services of the MRidium Infusion System at the Naval Medical Center San Diego. This decision, based on FAR 13.106-1(b)(1)(i) citing a lack of alternative service providers, is intended to ensure the specialized needs of this medical equipment are met. The contract will cover a base year plus two option years, detailing various service plans, such as MRidium Premium Maintenance and the Assurance Elite Service Plan for Electrophysiology. IRADIMED CORPORATION was identified as the only capable contractor through market research. Interested firms may submit capability statements by April 7, 2025, for consideration by the Government, although this notice does not initiate a competitive solicitation. The contract, classified under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, is crucial for maintaining the functionality and reliability of vital medical equipment within the healthcare facility.
Mar 28, 2025, 11:04 PM UTC
The document outlines a Statement of Work for providing service and maintenance for MRI and infusion systems at the Naval Medical Readiness Training Command in San Diego, CA. The contractor must deliver support that includes repair labor, transport costs, next-day delivery of parts, and onsite technical assistance. It establishes preventive maintenance protocols to be fulfilled by qualified professionals following manufacturer recommendations, emphasizing the need for documentation and certification of service quality. The agreement specifies that ownership of the equipment remains with the government, and the contractor will not assume control over it. Compensation terms dictate that labor costs are included in the contract price during specified hours, with provision requiring that parts and materials meet OEM standards. Timely completion of service reports is mandated for invoice approval, and the contractor is responsible for ensuring minimal equipment downtime by maintaining essential spare parts. Overall, this document serves as a schematic for the contractual obligations governing the maintenance of medical equipment, ensuring operational reliability in the medical setting while adhering to regulatory standards and quality of service performance.
Lifecycle
Title
Type
MRidium Infusion System
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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 Award a Sole Source
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
6515--MRI Infusion System (pumps)
Buyer not available
The Department of Veterans Affairs is seeking vendors to procure and install the Iradimed MRidium 3860+ Non-Magnetic IV Infusion Pump with SpO2 for the new MRI facility at the VA Palo Alto Healthcare System in California. This procurement includes the delivery, installation, and training services for the infusion pump and its associated components, ensuring compliance with VA standards and enhancing healthcare services for veterans. Interested vendors must respond to the Sources Sought Notice by April 29, 2025, at 12:00 PM Pacific Time, and can contact Contract Specialist Corey R. Kline at corey.kline3@va.gov or (925) 791-3224 for further information.
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.
Notice of Intent to Sole Source Rees Temperature Monitoring System Maintenance Services at Travis Air Force Base
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Rees Scientific Corporation for maintenance services of the Rees Temperature Monitoring System at Travis Air Force Base, California. The contract will encompass comprehensive non-personal services, including preventative maintenance, inspection, calibration, and system upgrades to ensure compliance with manufacturer specifications and regulatory requirements. This maintenance is critical for safeguarding temperature-controlled storage of medical substances, particularly in the context of the Armed Forces Whole Blood Processing Laboratory and the 60th Medical Group. Interested vendors may challenge this sole sourcing by submitting capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:00 AM Pacific Daylight Time on May 9, 2025, with the total estimated contract value exceeding $290,000 over a performance period extending to 2031.
TMDE Calibrations-Naval Medical Center San Diego
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance and calibration services for Test Measurement and Diagnostic Equipment (TMDE) at the Naval Medical Center San Diego. The contract encompasses annual inspections, preventive maintenance, and calibration of 171 critical pieces of biomedical equipment, ensuring compliance with Joint Commission standards and promoting patient safety. This procurement is vital for maintaining the operational integrity of medical equipment, with a contract period spanning from May 2025 to April 2030, including a base year and four option years. Interested vendors must submit competitive quotes by April 25, 2025, and can contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil or Dwayne Casad at Dwayne.M.Casad.civ@health.mil for further details.
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.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.