Loading...
HT941026N0040
Response Deadline
Apr 17, 2026, 5:00 PM(PDT)7 days
Eligibility
Contract Type
Special Notice
Notice of Intent to Sole Source HT941026N0040
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE PURCHASE ORDER CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division - West (HCD-W), Echo Branch intends to negotiate and award a firm-fixed price purchase order (PO) contract for the provision of all services, materials, and equipment necessary to provide required De Soutter CC7 System Extractor for Tripler Army Medical Center, Hawaii in accordance with Federal Acquisition Regulation (FAR) 6.302-1 Sole Source acquisitions and FAR 12.102 (a) only one source being available to meet the Government’s needs, to:
The North American Industry Classification System (NAICS) code for this requirement is 339112 - Surgical and Medical Instrument Manufacturing; the business size standard is 1,000 (# of employees). The Product Service Code (PSC) is 6515 - Medical and surgical instruments, equipment, and supplies
The requirement is for a De Soutter CC7 System Extractor contract for Tripler Army Medical Center, Hawaii. The Cast Saws must be designed specifically for cast removal. Be able to cut plaster and/or synthetic (e.g., fiberglass, polyester cloth impregnated with resin) casts. Must utilize interchangeable blades and be able to operate 120VAC USA plug.
Requirement Description Quantity
Delivery:
Based on market research and previous acquisition history, it has been determined that De Soutter Medical Usa, Inc is the only source that can meet the Government’s specialized requirement.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Denise Bond at denise.d.bond.civ@health.mil and Cha-on Gordon at cha-on.p.gordon2.civ@health.mil@health.mil. The closing date for challenges is no later than 10:00 a.m. (Pacific), 17 April 2026.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
DEPT OF DEFENSE
DEFENSE HEALTH AGENCY (DHA)
DEFENSE HEALTH AGENCY HCD WEST
DEFENSE HEALTH AGENCY HCD WEST
2739T ROOSEVELT DRIVE
OFFICE 143, BUILDING H-201T
CAMP PENDLETON, CA, 92055
NAICS
Surgical and Medical Instrument Manufacturing
PSC
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
Set-Aside
No Set aside used