Anticipated award with Biosense Webster (CAGE: 1LXW3)
Type: Special Notice
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

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

    The Defense Health Agency (DHA) intends to award a sole-source follow-on contract to Biosense Webster, Inc. for the provision of an intracardiac Integrated Catheter mapping system, ensuring uninterrupted service for the Cardiovascular Health & Interventional Radiology (CVHIR) Department at Walter Reed National Military Medical Center in Bethesda, Maryland. This contract is necessary as the current Master BPA (HT001421A0020) is set to expire, and the new contract will span a period of five years while a competitive award process is underway. The procurement falls under the NAICS code 334510, which pertains to the manufacturing of electromedical and electrotherapeutic apparatus, and is not open for competitive bids. For further inquiries, interested parties may contact Edgar DuChemin at edgar.r.duchemin.civ@health.mil or by phone at 703-275-6348.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency (DHA) plans to award a sole-source follow-on contract to Biosense Webster, Inc. This action is taken to ensure uninterrupted service for the Cardiovascular Health & Interventional Radiology (CVHIR) Department at Walter Reed National Military Medical Center, as the current Master BPA (HT001421A0020) is expiring. The new contract will last for five years and will support the requirement for an intracardiac Integrated Catheter mapping system while a competitive award process is ongoing. The award will be made under FAR 13.106-1(b), allowing for solicitation from a single source. The North American Industry Classification System (NAICS) code for this requirement is 334510, related to the manufacturing of electromedical and electrotherapeutic apparatus, with a size standard of 1250 employees. This announcement clarifies that it is not a request for competitive bids and will not accommodate requests for proposal materials.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for Neuromonitoring
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential sources for a Firm-Fixed Price Master Blanket Purchase Agreement for neuromonitoring services at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure commercial items related to various intraoperative neuromonitoring (IOM) services, including Somatosensory Evoked Potentials, Electromyography, and Electroencephalography, among others, which are critical for ensuring patient safety during surgical procedures. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their capabilities statements by October 4, 2024, at 10:00 AM EST, to the primary contact, Michelle Priester, at michelle.c.priester.civ@health.mil.
    J065--BD Pyxis Service - VISN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for maintenance services related to BD Pyxis medication systems, primarily to Carefusion Solutions, LLC. This contract, designated as 36C26324Q1213, aims to ensure continuous maintenance, including technical support, parts repair, preventive maintenance, and software updates for the BD Pyxis systems utilized across various VA facilities in the Midwest. The initiative is critical for sustaining automated dispensing systems that enhance medication management and safety for veterans. Interested vendors not currently representing Carefusion may submit capability statements to Contract Specialist Emanuel Nevarez at emanuel.nevarez@va.gov, with the contract set to begin on January 1, 2025, and spanning five years.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    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.
    Award a Sole Source Contract for Fingerprinting Services, Defense Health Agency
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) of the Department of Defense is awarding a sole source contract for fingerprinting services necessary for background investigations of military, civilian, and contractor personnel. This contract will cover the collection of fingerprints and their submission to the Defense Counterintelligence and Security Agency, supporting both initial investigations and reinvestigations across the 50 United States and U.S. Territories. The importance of these services lies in their critical role in ensuring timely and effective hiring practices within the agency, particularly in light of competitive employment offers that could disrupt the hiring process. The contract period is set from September 27, 2024, to September 26, 2025, with an option to extend through September 26, 2026. For further inquiries, interested parties can contact Mary Ann Young at mary.a.young138.ctr@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.
    CHEMISTRY AND IMMUNOASSAY TESTING PROGRAM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is planning to issue a sole source award contract to Roche Diagnostics Corporation for the Chemistry and Immunoassay Testing Program. This program is intended to sustain the use of three Chemistry and Immunochemistry Systems under a Cost Per Reportable Result (CPRR) agreement or Cost Per Reagent Pack. The program includes equipment, reagents, tools, materials, training, and a water purification system, Uninterruptible Power Supply (UPS), and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Walter Reed National Military Medical Center (WRNMMC) laboratories. The anticipated period of performance is five years.
    Notice of Intent to Sole Source Service Maintenance for Stryker Ambulance Equipment
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Stryker Sales, LLC for service maintenance of ambulance equipment at the U.S. Naval Hospital Guam. The procurement encompasses preventive maintenance and repair services for specific Stryker models, including PROCARE-SVC-POWERPRO and PROCARE-SVC-LIFEPAK-FIELD-REPAIR, with a contract duration of one base year plus four option years. This maintenance is crucial for ensuring the operational readiness and reliability of medical equipment used in patient care, adhering to Original Equipment Manufacturer (OEM) specifications. Interested vendors must submit capability statements by 7:00 a.m. Pacific Time on October 4, 2024, to Raphael Badagbor at raphael.k.badagbor.civ@health.mil, as this notice is not a request for proposals but serves to inform potential challengers of the sole source requirement.
    Notice of Intent to Sole Source Upgrade of REES Automated Temperature Monitoring System at NMCP, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to REES Scientific Corporation for the upgrade of the REES Automated Temperature Monitoring System at the Naval Medical Center Portsmouth, Virginia. This procurement aims to enhance the existing temperature monitoring capabilities, which are critical for maintaining the integrity of medical supplies and equipment. The contract will cover a base year from December 16, 2024, to December 15, 2026, with a total estimated value of $122,916.82, and will include four option years. Interested parties may submit evidence demonstrating the advantages of competition to the Contract Specialist, Cynthia Scharnowske, at cynthia.e.scharnowske.civ@health.mil, although the government will not be responsible for any costs incurred in responding to this notice.
    Y--P114 MEDICAL CENTER ADDITION/ALTERATION (MCAA) AT NAVAL SUPPORT ACTIVITY BETHESDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is procuring various items for the P114 MEDICAL CENTER ADDITION/ALTERATION at WALTER REED NATIONAL MILTIARY MEDICAL CENTER (WRNMMC). The items include a Distributed Antenna System (DAS) by Comm Scope, a Fire Alarm System by Honeywell and Notifier, an Internet Protocol Television (IPTV) by VBrick, Key Locks by Medeco Keymark X4, MRI Equipment by GE Healthcare, a Nurse Call System by Hill-Rom Navi-Care Nurse Call, a Pneumatic Tubes System by Pevco Systems International, Radio Paging by TOA Electronics, Surgical Lights by Marquet and Storz, Security Components by Lenel, Inovonics, United Security Products, and Stanley Security Solutions. These items are typically used for enhancing communication, security, and medical procedures at the medical center.
    Notice of Intent - Renewal Maintenance Services for MILabs VECTor at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for renewal maintenance services for the MILabs VECTor imaging equipment at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. The contract will cover preventative and remedial maintenance, ensuring the equipment operates within the stringent requirements of a BSL-4 containment environment, which is critical for high-level biological research. The anticipated period of performance includes one base year from November 1, 2024, to October 31, 2025, with four additional one-year option periods, and interested vendors may submit their capabilities statements to Danielle Tines at danielle.tines@nih.gov within 15 days of this notice. The NAICS code for this acquisition is 811210, and the estimated contract value is not disclosed.
    Direct Healthcare Providers-Pain Initiative-Walter Reed National Military Medical Center
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a hybrid Personal and Non-Personal Services contract to support the National Capital Region Pain Initiative at Walter Reed National Military Medical Center in Bethesda, Maryland. The contract requires the provision of various healthcare professionals, including a Clinical Pharmacist, Medical Clerk, Integrated Medicine Physician, Pain Nurses, Pain Physician, Sr. Program Manager, Integrative Medicine Nurse, Tele-Pain Nurse, and Licensed Clinical Social Worker, totaling eight full-time equivalents (FTEs). This initiative is crucial for enhancing pain management services for military personnel and their families. Interested parties, particularly those eligible under the 8(a) program, should acknowledge the amendment to the solicitation by the specified deadline to ensure their offers are considered; for further inquiries, they may contact James Illes at james.l.illes.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.