CADD-Solis Ambulatory Infusion Pumps with lock boxes
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, through the Medical Readiness Contract Office-West, is conducting a Sources Sought market survey for CADD-Solis Ambulatory Infusion Pumps with lock boxes for William Beaumont Army Medical Center (WBAMC), Fort Bliss, TX. This notice is for preliminary planning to identify interested and capable businesses (small and large) for a future Firm Fixed-Priced contract. Responses are due by March 27, 2026, at 4:00 P.M. Central Standard Time.
Purpose
This is a market survey for information only, not a solicitation. The government seeks to gauge interest, capabilities, and qualifications from various members of the Small Business Community (including 8(a), HUB-Zone, Women-Owned, and Service-Disabled Veteran-Owned Small Businesses) as well as the Large Business community. The goal is to ensure adequate competition for an anticipated Firm Fixed-Priced contract.
Scope of Requirement
The requirement is for fifteen (15) CADD-Solis Ambulatory Infusion Pumps and fifteen (15) lock boxes. Key salient characteristics include:
- System Approval: Must be FDA-approved with no unresolved recalls.
- Functionality: Capable of Patient Controlled Analgesics (PCA), with delivery modes for epidural and intravenous, and a linear peristaltic pump mechanism.
- Device Specifications: Must be within its life expectancy, include indicators/alarms (dose error reduction, stream occlusion, air in line, system malfunction, empty reservoir, low battery), and weigh between 2-3 pounds.
- Flow Range: At least 0-100 Continuous/0-500 Bolus, adjustable by at least 0.05ml/hr. Reservoir must be a proprietary cassette/IV bag.
- Additional Features: Capable of providing an event log, with pump capabilities for key and/or security code, and compatibility with central lines.
- Documentation: Two copies of the operator/user manual and reprocessing instructions.
- Seller Requirements: Must be an authorized dealer, distributor, or reseller, and provide a warranty in accordance with Original Equipment Manufacturer (OEM) guidance.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Anticipated Contract Type: Firm Fixed-Priced
- NAICS Code: 339112, "Surgical and Medical Instrument Manufacturing"
- Small Business Size Standard: 1000 Employees
- Set-Aside: Market research to determine potential small business set-asides (8(a), HUBZone, WOSB, SDVOSB).
- Response Due: March 27, 2026, 4:00 P.M. Central Standard Time
- Published: March 24, 2026
Submission Requirements
Interested parties shall submit a written Statement of Capability, limited to 5 pages, including:
- Offeror’s name, address, point of contact, phone, e-mail, and UIE/Cage Code.
- Offeror’s interest in providing a proposal/quote when a solicitation is issued.
- Offeror’s capability to provide the requested products/services.
- Offeror’s capability to perform a contract of this magnitude and complexity for WBAMC.
- Offeror’s small business type (e.g., 8(a), HUBZone, WOSB, SDVOSB) or Large Business Status.
Additional Notes
This is not a solicitation, and no contract will be awarded from this notice. No reimbursement will be made for response costs. Contact with Government personnel, other than the Contract Specialist, is strictly prohibited. Responses should be emailed to Darryl O. Bryant at darryl.o.bryant.civ@health.mil. Telephonic inquiries will not be honored. All interested offerors must be registered in SAM.gov.