Philips IBE Interface Solution Redundancy and Compliance Upgrade WBAMC
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.
The U.S. Government Medical Readiness Contracting Office - West (MRCO-W) proposes to issue a sole-source award for specialized services at William Beaumont Army Medical Center (WBAMC). New proposed contract Focuses on Rebuilding and Enhancing IBE for Physiological Monitoring for Philips IBE Interface Solution Undergoing Redundancy and Compliance Upgrade. This contract covers the implementation and support of the IntelliBridge Enterprise (IBE) interface solution. The required services involve rebuilding failed IBE instance(s), establishing redundancy on two new virtual servers, configuring the latest physiological monitoring software, and ensuring full compliance with Philip's Cyber Security Authority to Operate (ATO) standards for government network use. The IBE system is critical for interfacing physiological readings with MHS GENESIS, the Department of Defense's unified electronic health record (EHR) system. The estimated Period of Performance is January 1, 2026, through December 31, 2026.
Synopsis Description of Services: The contractor is required to provide comprehensive services for the IBE server, encompassing rebuilding the failed instance, ensuring redundancy, and configuring the latest version of physiological monitoring software on new servers. Services also include technical support, emergency assistance, and ensuring compliance with Philip's Cyber Security Authority to Operate (ATO) for government network utilization.
Specific requirements include:
- Software Installation & Implementation: Install and implement IBE software vB.20 on a Windows Server 2019 environment.
- Coordination & Delivery: Coordinate manufacturing, delivery, and installation as specified in the Performance Work Statement (PWS).
- Integration & Configuration: Provide field service engineering for the integration, installation, labor, and configuration of equipment.
- Annual Review: The Government Contracting Officer's Representative (COR) and the vendor will conduct an annual review of the equipment.
- Cyber Security Compliance: The government will assist in maintaining the vendor’s ATO status.
- Interfacing: The solution must interface with MHS GENESIS software solutions from Oracle Health (formerly Cerner).
- Warranty: Provide a warranty and customer service support for the software, video modules, and installations for at least one year after the award.
- Software Maintenance Agreement (SMA):
- The IBE SMA Standard includes:
- Upgrades and Updates: Implementation of all software upgrades and updates to the current revision (remotely).
- Remote Support: 24x7 remote software technical support (excluding holidays).
- On-Site Support: On-site software escalation support, Monday through Friday, 08:00 to 17:00 (local time), with a next business day response (if remote resolution is not possible).
- The IBE SMA Standard includes:
- Interface Support: Support DICOM and HL7 communication to and from the equipment as it exists at the site at the time of installation. Vendors are responsible for updating interfaces if their interoperability mapping engine or biomedical device is upgraded.
The proposed contract will be awarded on a sole source Firm-Fixed Price (FFP) action to: Philips North America LLC, CAGE Code: 8HEG5; 22100 Bothell Everett HWY Bothell, Washington 98021-8431, United States.
The interested contractor will provide an all-inclusive maintenance and calibration service for the specified equipment/services as specified in PWS. This service covers all labor, travel, parts, tools, software, and personnel required to perform both scheduled preventative maintenance and unscheduled repairs, ensuring all equipment is fully functional and compliant with OEM specifications. The contractor shall maintain all listed equipment in full working order" by providing all necessary resources (trained personnel, parts, tools, software, etc.) for both scheduled preventative maintenance and on-demand repairs, meeting OEM specifications. This sole source requirement is issued under the statutory authority of FAR 13.501(a)(1)(ii) sole source only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. The Government intends to acquire a commercial item using FAR Part 12 and intends to procure from only one source under the authority of FAR 13.106-1(b)(2), that the circumstances of this contract action deem only a sole source is reasonably available to fulfill the stated requirement. This notice of intent is not a request for competitive proposals. This sole source synopsis is for informational purposes only. Interested Vendors, Please Respond to this Notice on or before 18 December 2025.