Skip to main content

An official website of the United States government

You have 2 new alerts

Annual Preventive Maintenance and Calibration for Government-owned Rees Temperature Monitoring Systems for U.S. Naval Hospital and its Outlying Clinics

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Nov 05, 2024 02:25 pm PST
  • Original Response Date: Nov 07, 2024 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 22, 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:
    JPN

Description

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), San Diego, intends to negotiate and award a firm fixed price contract for Rees Temperature Monitoring Validation System annual service and preventive maintenance. These services are required for Government-owned Rees Scientific Corporation manufactured Temperature Alarm Monitoring Systems, Outside the Continental of the United States (OCONUS) in support of United States Naval Hospital Okinawa (USNHO), Japan and its outlying clinics in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:

REES SCIENTIFIC CORPORATION

1007 WHITEHEAD ROAD EXT

EWING, NJ 08638-2428

The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance and the business size standard is $34.0 millions of dollars. The Product Service Code (PSC) is J065 – Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies.

The objective of this sole source award is to procure non-personal services to perform comprehensive preventative maintenance, inspection, calibration, system upgrades, adjustments, and safety and operational checks to ensure the environmental monitoring system being utilized at USNHO meets all manufacturer’s specifications and applicable regulatory requirements. Services also include technical support, on-site refresher training, and validation documentation to satisfy regulatory authorities. The anticipated period of performance is for one base year plus one option year (16 December 2024 – 30 September 2026).

The work shall be performed at the following locations:

U.S. Naval Hospital Okinawa

Bush Clinic

Evans Clinic

Futenma Clinic

Hansen Clinic

Kinser Clinic

Swab Clinic

Based on market research, Rees Scientific Corp. is the only source that can perform repairs or upgrades to the system due to the proprietary nature of the equipment. No other company was found that has authorized third-party service providers.

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 United States Naval Hospital Okinawa. 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 Adrian Nerida at adrian.m.nerida.civ@health.mil. The closing date for challenges is no later than 10:00am Pacific Daylight Time, 07 November 2024.

NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.

Contact Information

Contracting Office Address

  • HCD WEST 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA

Primary Point of Contact

Secondary Point of Contact

History