- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Notice of Intent to Sole Source Hypercare Full-Service Maintenance
Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Jan 21, 2026. Industry: NAICS 811210 • PSC J065.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 811210
Description
Notice of Intent to Sole Source
The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13. 106-1(b)(1), Only One source reasonably available. The proposed source is VANTIVE US HEALTHCARE LLC is the manufacturer and sole source provider in the United States for the Prismax Dialysis Equipment, Product Number 955724/955626. Vantive has proprietary rights to the software on the Prismax Dialysis Equipment.
This is a Notice of Intent to Award a Sole Source Contract and is not a request for competitive quotes. Reference: HT941026N0019
VANTIVE US HEALTHCARE LLC
510 Lake Cook Rd Ste
100, Deerfield, IL 60015 USA
The objective of this sole source is to award Prismax Dialysis Equipment Preventive and Maintenance package with VANTIVE US HEALTHCARE LLC. all services, materials and equipment necessary for the repair/maintenance of the (2) Baxter Prismax Hemodialysis units and their components, (2) Baxter Blood warming units located at Naval Medical Readiness and Training Center (NMRTC) San Diego Intensive Care Unit– BLDG 1, 4th floor or BIOMED Engineering located in bldg. 1, ground floor, San Diego CA to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to ensure continued operation at their designed efficiency and capacity IAW SOW
NO. ECN SERIAL NUMBER MODEL MFR
1 174062 PX205218 955724 Baxter
2 174063 PX205215 955724 Baxter
3 174064 TX205357 955630 Baxter
4 174065 TX205356 955630 Baxter.
Location: Naval Medical Center San Diego CA 95903
Period of Performance (POP):
Base Year: 02/01/2026 – 01/31/2027
There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811210, the business size standard is $34 (millions of dollars). This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit sufficient technical data to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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 competitive procurement.
If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to: Jojie N. Urrete @ jojie.n.urrete.civ@health.mil . Closing date for challenges is no later than 10:00 AM PST on 01/21/2026. No phone calls will be accepted.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.