Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Sole Source 4-year service maintenance contract for the Rigaku X-Ray Diffraction System for Navy Environmental and Preventive Medicine Unit-5

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Aug 13, 2024 01:28 pm PDT
  • Original Response Date: Aug 21, 2024 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    San Diego , CA 92136
    USA

Description

Notice of Intent to Sole Source

RE: HT941024N0126

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division – West (HCD-W), intends to award a firm fixed price service contract for preventive maintenance services of the Rigaku Ultima 4 X-Ray Diffraction (XRD) System used in the Industrial Hygiene Laboratory Department at Navy Environmental and Preventive Medicine Unit-5 (NEPMU-5) at Naval Base San Diego, California, in accordance with the Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:

Rigaku Americas Holding, Inc.

9009 New Trails Drive

The Woodlands, TX 77831-5209

The North American Industry Classification System (NAICS) code for this requirement is 811210 - Electronic and

Precision Equipment Repair and Maintenance; the business size standard is $34 million (in dollars). The Product

Service Code (PSC) is J065 – Maintenance/repair/rebuild of Equipment—Medical, Dental, and Veterinary

Equipment and Supplies.

The objective of this sole source award is to procure non-personal services to perform preventive maintenance on all

of the XRD system's components, including the Ultima 4, Haskris Chiller, Monochromator, and ASC48 Sample

Changer for NEPMU-5. The required service maintenance will ensure the Ultima 4 XRD System will function as

needed for the analysis of all kinds of matter – ranging from fluids to powders and crystals, including silica analytes

for α-Quartz and Cristobolite – and will ensure optimal performance and operation within laboratory standards to

provide accurate analysis of all clinical samples submitted for medical monitoring of industrial exposures. The

anticipated period of performance is for one base year and three option years.

Period of Performance:

Base Year: 1 September 2024 – 31 August 2025

Option Year 1: 1 September 2025 – 31 August 2026

Option Year 2: 1 September 2026 – 31 August 2027

Option Year 3: 1 September 2027 – 31 August 2028

Based on market research and previous acquisition history, it has been determined that Rigaku Americas Holding, Inc. is the only source that can meet the Government’s minimum requirements to provide the required preventive maintenance services of the Rigaku Ultima 4 XRD System currently in place at the NEPMU-5 Industrial Hygiene Laboratory. Therefore, there is no reasonable expectation that offers will be obtained from at least two (2) responsible sources offering service maintenance for the XRD System required by NEPMU-5.

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 provide the required services for NEPMU-5. 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 Jennifer Collins at Jennifer.E.Collins23.civ@health.mil.

The closing date for challenges is no later than 1300 Pacific Daylight Time, Wednesday, 21 August 2024.

NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 05, 2024 08:55 pm PDTSpecial Notice (Original)