EndoPro System - Software upgrade
ID: PANHCA25P00007657Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to ThunderCat Technology for a software upgrade to the EndoPro System, which is crucial for managing gastrointestinal care for military personnel and their families at the San Antonio Military Medical Center. This upgrade aims to address significant issues with the current endowriting software, which has been plagued by crashes that delay patient care and hinder access to prior medical reports, thereby affecting quality control and clinical research. The contract, valued at approximately $27.5 million, is expected to be awarded around May 8, 2025, with interested vendors required to submit their capability statements by April 20, 2025, at 10:00 AM CST. For further inquiries, vendors can contact Derrick J Johnson at derrick.j.johnson2.civ@health.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Transfusion Services
Buyer not available
The Department of Defense, through the Medical Regional Contracting Office-West (MRCO-W), is seeking potential sources for a software solution to manage tracking and tracing of biologic and non-biologic implants at Brooke Army Medical Center. The procurement requires licenses for 70 individual users to access the Tracs4Life system, with a performance period from September 1, 2025, to August 31, 2026, and four optional renewal years. This software is crucial for maintaining compliance with regulatory standards set by organizations such as TJC, CAP, AABB, and the FDA for tissue specimen management. Interested parties must submit their responses, including company identification and a ten-page capability statement, by 4:00 PM CST on May 1, 2025, to Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
Repair of Blackhawk UH-60A Helicopter Cabin Simulator
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office - West, intends to award a sole source contract to Newton Designs for the repair of the Blackhawk UH-60A Helicopter Cabin Simulator, which is crucial for the Army Critical Care Paramedic Program (CCPP) training. This one-time requirement supports the training of Army Critical Care Paramedics at the Army Medical Center of Excellence located at Fort Sam Houston, Texas. The contract is expected to be awarded around May 1, 2025, with a primary NAICS code of 811210 for Other Electronic and Precision Equipment Repair and Maintenance, and a business size standard of $30 million. Interested vendors are encouraged to respond to this notice by April 10, 2025, at 10:00 AM CST, and should direct inquiries to Derrick J Johnson at derrick.j.johnson2.civ@health.mil.
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.
TRAC4LIFE
Buyer not available
The Department of Defense, through the Medical Regional Contracting Office-West (MRCO-W), is seeking potential vendors to provide software licenses for the Tracs4Life tracking system, which will be utilized by 70 individual users at Brooke Army Medical Center for managing biologic and non-biologic implant products. The objective is to ensure compliance with regulatory guidelines while maintaining a specimen tissue library, which is crucial for effective tissue bank operations. This Sources Sought Notice is intended for information and planning purposes only, with no guarantee of future procurement; responses are due by 4:00 PM CST on April 15, 2025. Interested parties should direct inquiries to Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil or by phone at 210-539-8656.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
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.
Hemodialysis Units with Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for eight hemodialysis units with accessories to be delivered to the Burn Intensive Care Unit at Brooke Army Medical Center in Fort Sam Houston, Texas. This procurement is part of a combined synopsis/solicitation and is aimed at fulfilling critical medical equipment needs for military healthcare facilities. The contract is open to all eligible businesses, with a focus on compliance with Federal Acquisition Regulation (FAR) clauses and promoting opportunities for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers by April 25, 2025, at 10:00 AM CST, and direct any questions to Mr. Wayne Thompson at (210) 221-5022 or via email at wayne.v.thompson3.civ@health.mil by April 18, 2025.
Health Care Delivery IT Solutions (MHS GENESIS) Documentation
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking small businesses to provide documentation services for the MHS GENESIS electronic health record system. The primary objective is to revise and update existing technical documentation to ensure it is comprehensive and understandable for third parties, facilitating future responses to requests for proposals (RFPs) and ongoing maintenance of the system. MHS GENESIS is a complex system that integrates various health record components and serves over 9.6 million beneficiaries, making accurate documentation critical for operational efficiency and compliance. Interested parties must submit their capability statements by April 28, 2025, to the designated email address, with a maximum of seven pages for their response.