Skip to main content

An official website of the United States government

You have 2 new alerts

Notince of intent to sole source Mobile Carriages service and maintenance

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: Solicitation (Original)
  • Original Published Date: Aug 21, 2023 01:13 pm PDT
  • Original Date Offers Due: Sep 05, 2023 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J075 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    San Diego , CA 92134
    USA

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)(i).), Only One Responsible Source. The proposed source is OLPIN GROUP INC.

OLPIN GROUP INC. is the only source that can provide preventative maintenance on 13 Electric Richard Wilcox Mobile Carriages and 3 stationary carriages that initially installed by Aurora Storage Products, Inc.

The objective of this sole source award for NMRTC Camp Pendleton Patient Administration Department. Patient Administration Department currently owns 13 Electric Richard Wilcox Mobile Carriages and 3 stationary carriages.  Request preventative maintenance and “as needed” corrective maintenance on the 13 electric Mobile Carriages and 3 stationary carriages. This is base plus 2 year requirement. Services requirement is in accordance with statement of work.

Location: NAVAL HOSPITAL CAMP PENDLETON

BRITTANY HADEN HRD

BLDG. H-200

CAMP PENDLETON CA 92055-5191

This requirement is base year plus 2 option years. The period of performance is as follow:

Base year: 09/15/2023-09/14/2024

Option year 1: 09/15/2024-09/14/2025

Option year 2: 09/15/2025-09/14/2026

There are not 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 34.0 (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 technical data sufficient 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 a 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: Zhao Li @ zhao.k.li.civ@health.mil . Closing date for challenges is no later than 1000 PST on 09/05/2023. No phone calls will be accepted.

Contact Information

Contracting Office Address

  • MATERIAL MANAGEMT DEPT SUITE 8 BCA 34800 BOB WILSON DRIVE BLDG 1 G
  • SAN DIEGO , CA 92134-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 20, 2023 08:55 pm PDTSolicitation (Original)