Skip to main content

An official website of the United States government

You have 2 new alerts

Reverse Osmosis Devices Maintenance Service at the Naval Medical Center San Diego

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 30, 2025 09:44 am PST
  • Original Date Offers Due: Feb 05, 2025 09:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 20, 2025
  • 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 92134
    USA

Description

Notice of Intent to Sole Source

HT941025N0036

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), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for the Reverse Osmosis Devices Maintenance, CRH CALIFORNIA WATER, INC. CULLIGAN, 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:

CRH CALIFORNIA WATER, INC

10821 E 26TH ST N

Wichita, Kansas

67226-4524, United States

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 (millions of dollars). The Product Service Code (PSC) is J046 – Maint/repair/rebuild Of Equipment- Medical, Dental, and Veterinary Equipment and Supplies.

The Navy Medicine Readiness & Training Command San Diego’s Sterile Processing Division (SPD) Requests Preventative Maintenance on their Reverse Osmosis Devices to supply purified water suitable for SPD procedures. This is a non-personal services requirement to provide service and maintain the equipment within the original equipment manufacturers (OEM) specification for the government-owned Culligan Reverse Osmosis. the manufacturer of Centurion Reverse Osmosis Devices has proprietary technology requiring any work on the devices to be completed by certified technicians.  Warranties are voided if work is performed by uncertified technicians. The service requirement is for base plus three (3) option years. The contractor shall provide all services, labor, parts material. The service is to provides annual preventive maintenance necessary for optimal performance.

The objective of this sole source award is to procure service maintenance contract on Government Reverse Osmosis Devices. Upon evaluation CRH CALIFORNIA WATER, INC, was the only market option found to be capable of meeting the Government minimum requirement. The requirements will be as follows:

Item#

Description of Supplies/Services

QTY

Unit

0001

PM RO Water Treatment System

1

JOB

1001

PM RO Water Treatment System

1

JOB

2002

PM RO Water Treatment System

1

JOB

3001

PM RO Water Treatment System

1

JOB

Based on market research, CRH CALIFORNIA WATER, INC, is the only source that can meet the Government’s minimum requirements for the service maintenance contract on Government Reverse Osmosis Devices for the Navy Medicine Readiness & Training Command San Diego. The risks of not procuring these services are delays in patient care.

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 service for Navy Medicine Readiness & Training Command San Diego. 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 Isaac Don Willies at isaac.a.donwillies.civ@health.mil. The closing date for challenges is no later than 09:00 Pacific Time, 05 February 2025.

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

  • Feb 20, 2025 08:55 pm PSTCombined Synopsis/Solicitation (Original)