Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer

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: Jul 24, 2024 04:25 pm PDT
  • Original Date Offers Due: Jul 31, 2024 10:30 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    AK 99702
    USA

Description

Notice of Intent to Sole Source

HT941024N0109

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SERVICE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.  The Defense Health Agency Contracting Activity (DHACA) Healthcare Contracting Division – West   / HCD-West (HCD-W), Alpha Branch on behalf of Air Force 354th MDG – EIELSON Alaska, intends to award a firm fixed price contract on a sole source basis to Sysmex America, Inc.  The period of performance for the anticipated contract shall be a 10-month base period.  

The anticipated award will be made under the statutory authority permitting other than Full and Open Competition, FAR 13.106-1 Only one responsible source. 

The North American Industry Classification System (NAICS) code for this requirement is 811210; the business size standard is $34,000,000.00. Product Service Code (PSC) is J066 Maint/Repair/Rebuild of Equipment – Instruments & Laboratory Equipment.

The objective of this sole source award is to procure a full service and maintenance contract for Sysmex Analyzer located at Air Force 354th MDG – EIELSON Alaska.
Sysmex America, Inc. is the Original Equipment Manufacturer (OEM) that can perform preventative maintenance service for Steris equipment due to the proprietary nature of this equipment. No other company was found that has authorized third-party service providers. Additionally, parts utilized in repairs are Original Equipment Manufacturer (OEM) parts/components in order to ensure maximal function and that liability and warranty on devices are intact.   Air Force 354th MDG – EIELSON Alaska. This includes annually required performance maintenance. Customer and Technical support should be available by phone 24 hours, 7 days a week. 
Additionally, a service agreement must be included and supported by qualified service personnel capable of performing maintenance and service on the analyzers as required by the manufacturer. Onsite service will be available Monday to Friday (07:30am to 4:00pm) to include all parts, labor, and the manufacturer’s service engineer’s travel expenses.  In addition, 24/7 telephone support will be provided. Primary onsite service will be guaranteed a maximum of 24-hours after identifying the need for service.
Based on market research, Sysmex America, Inc is the only source that can meet the Government’s requirements.  

This notice of intent is not a request for competitive proposals and no solicitation document exists for the 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 supplies.  Capability statements shall not exceed 6 (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 contract.

Capability statements are due by 10:30 AM Pacific Daylight Time, 31 July 2024.  Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: mildred.k.pollard-hueitt.civ@health.mil. The email subject line shall state, “SYSMEX SERVICE – EIELSON AK”.

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