Notice of Intent to Sole Source - On-site support, repair and preventative maintenance for APX Radios and Bi-Directional Amplifiers at US Naval Hospital Guam
ID: HT941025N0088Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Motorola Solutions Inc. for on-site support, repair, and preventative maintenance of APX Mobile and Portable Radios and Bi-Directional Amplifiers at the US Naval Hospital in Guam. The contract aims to ensure reliable technical support and optimal operational performance of critical communication infrastructure, with services including diagnostics, infrastructure repairs, and annual maintenance checks, all adhering to manufacturer specifications. This procurement is vital as Motorola is the only authorized provider with the necessary OEM certifications and local capabilities to meet the required service standards in Guam. Interested vendors may submit capability statements to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil by 8:00 AM PDT on May 27, 2025, for consideration in potential competitive procurement processes.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency (DHA) intends to award a sole source non-personal services contract to Motorola Solutions Inc. for providing maintenance and support for the US Naval Hospital Guam's APX Mobile and Portable Radios and Bi-Directional Amplifiers. This decision follows Federal Acquisition Regulation allowing for a sole source due to Motorola being the sole responsible source with the necessary OEM certifications and local capability to meet service standards. The contract will cover preventative maintenance and repair services over a base period plus four optional years. Market research found that the in-house staff at NHG lacks the specialized training needed for proper equipment care. Motorola's Guam Service Center is the only UL-audited facility authorized to perform this work in the region. Although this notice does not request competitive proposals, interested vendors may submit capability statements to demonstrate their qualifications by a specified deadline for consideration in potential competitive procurement processes. The government's discretion will ultimately determine whether to proceed with this sole source contract or consider other proposals.
    The document outlines the Statement of Work for the provision of Bi-Directional Amplifier (BDA) service and support at the USN Hospital in Guam. The contractor is responsible for on-site support, including diagnostic services and infrastructure repairs, with specified work hours and service requests management. Key activities include replacing defective components, running diagnostics, and performing annual preventative maintenance checks that involve operational inspections and cleaning. Additionally, the document details the responsibilities of the contractor and the hospital, including repairs to radio equipment (APX6000/APX8000/APX6500) and uninterruptible power supply (UPS) systems, specifying inclusions and exclusions related to these repairs. Each service will ensure that equipment meets manufacturer specifications while managing all travel expenses. The structure of the document includes defined services, responsibilities, and maintenance checks, emphasizing compliance with relevant regulations. The purpose is to establish a contractual framework for reliable technical support, ensuring optimum operational performance of critical communication infrastructure at the facility.
    Similar Opportunities
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    Sole Source Justification – Motorola Vesta 9-1-1 Refresh
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Motorola Vesta 9-1-1 Refresh for Luke Air Force Base in Arizona through a sole source justification. This acquisition is critical for enhancing the communications security capabilities at the base, ensuring efficient emergency response operations. The contract, identified as FA488723P0022, has been awarded to Motorola Solutions, highlighting the importance of maintaining continuity and reliability in emergency communication systems. For further inquiries, interested parties can contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 623-856-2419, or reach out to SSgt Maureen McCarthy at maureen.mccarthy.3@us.af.mil.
    Sources Sought for Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval criteria. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards set by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by November 13, 2025, at 3:00 p.m. H.S.T., as late submissions will not be considered.
    Multi-Band Tactical Radios Replacement Parts
    Buyer not available
    The Defense Logistics Agency (DLA) is set to issue a Request for Proposal (RFP) for Multi-Band Tactical Radios Replacement Parts, aimed at fulfilling critical procurement needs for the Department of Defense. This opportunity involves an Indefinite Quantity Contract with one base year and two optional years, covering 16 National Stock Numbers (NSNs) and utilizing FAR Part 12 procedures for the acquisition of commercial products. The contract is significant for ensuring the availability of essential tactical communication equipment, which is vital for military operations. Interested vendors can access the solicitation on October 24, 2025, at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-692-3316.
    Notice of Intent to Sole Source Stryker Pro Care at Naval Hospital Camp Pendleton
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Stryker Sales, LLC for the provision of Stryker ProCare services at Naval Hospital Camp Pendleton in California. This contract encompasses preventative and corrective maintenance, as well as support services for Stryker Endoscopy equipment and Berchtold Beds, ensuring reliable operation of critical medical equipment. The contract will have a base period from December 1, 2025, to November 30, 2026, with four additional one-year option periods extending through November 30, 2030. Interested parties may submit capability statements to Ronald Silver at ronald.c.silver3.civ@health.mil by November 13, 2025, at 12:00 p.m. Pacific Time to challenge the sole source determination.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking a sole source procurement for the repair or modification of a communication modem, specifically NSN 7R-5895-016817912-RQ, with a quantity of one unit required for delivery FOB origin. This acquisition is critical as the government lacks sufficient data to contract with any source other than the current supplier, emphasizing the importance of government source approval prior to award. The items involved are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement, highlighting their international trade significance. Interested vendors must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online, and can direct inquiries to Cody P. Cameron at cody.p.cameron.civ@us.navy.mil.
    DDXX Saipan MHE Equipment Preventative and Corrective Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors to provide preventative and corrective maintenance services for Material Handling Equipment (MHE) at DDXX Saipan, Commonwealth of the Northern Mariana Islands. The procurement involves a firm-fixed-price and time & materials contract that includes semi-annual preventive maintenance, corrective maintenance based on estimated service hours, and reimbursement for replacement parts at actual cost. This contract is crucial for ensuring the operational readiness and reliability of government-owned equipment, with a total estimated cost of $15,000 for the base year and a contract period extending from December 1, 2025, to November 30, 2028. Interested parties must submit their quotes electronically by November 14, 2025, at 1:00 PM EST to Brian Keckler at brian.keckler@dla.mil, adhering to the specified requirements and amendments.
    Maintenance Services for Operating Tables
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for maintenance services for operating tables at the Naval Medical Center Portsmouth. The procurement involves a Firm-Fixed Price contract that includes a base year from December 2025 to November 2026, with an option for an additional year, requiring the contractor to provide all necessary personnel, equipment, and materials for corrective repairs, preventive maintenance, and emergency services. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested parties can contact Luis Zeno at luis.a.zeno-pimentel.civ@health.mil or Melissa Peregrino-White at melissa.perergrino-white.civ@health.mil for further details, and proposals must adhere to the outlined requirements, including compliance with HIPAA and DoD Privacy Act regulations.
    AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the AMPLIFIER, RADIO FRE. This procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 67 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with government inspection and acceptance standards. The AMPLIFIER is critical for communication systems, and timely repairs are essential for maintaining operational readiness. Interested contractors should submit their quotes, including RTAT and pricing details, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the solicitation details available for review.
    COMMUNICATION SYSTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of communication systems under a federal contract. The procurement aims to secure repair services for specific communication equipment, with a focus on meeting operational and functional requirements as outlined by designated Cage Codes and reference numbers. This contract is critical for maintaining the operational readiness of naval communication systems, ensuring they meet the necessary quality and performance standards. Interested contractors should submit their quotes, including unit prices and repair turnaround times, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with the expectation of a firm-fixed-price contract and adherence to specified quality assurance measures.