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 - Annual Preventive Maintenance (PM) services - United States Naval Hospital Okinawa (USNHO)
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to Hologic Japan Inc. for annual preventive maintenance (PM) services for Government-owned Hologic equipment at the United States Naval Hospital Okinawa (USNHO) in Japan. These services are critical for maintaining the performance of the Hologic Panther Laboratory nucleic acid test equipment, ensuring accurate results, compliance with regulatory standards, and supporting patient care decisions. Hologic Japan Inc. is the sole Original Equipment Manufacturer (OEM) authorized to provide these services, as confirmed by market research. Interested vendors may submit capability statements to challenge the sole-source basis by December 10, 2025, at 8:00 AM Pacific Daylight Time to Ashley Hodge at ashley.n.hodge4.civ@health.mil.
    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, specifically 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 requirements. 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 as outlined 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 December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.
    Mobile Tactical Command Vehicle (TCV) Warranty Plan
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole-source contract to Nomad Global Communication Solutions, Inc. for the Mobile Tactical Command Vehicle (TCV) Warranty Plan. This procurement includes a five-year Platinum Warranty Plan, annual inspections, advanced replacement coverage, field technician travel, and integrated IT and communications support services, specifically for the Pentagon Force Protection Agency's TCVs. The selected vendor, being the original manufacturer, is uniquely positioned to provide these services without compromising the warranty or system integrity. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or by phone at 703-545-2750 for further inquiries.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    TWT KU-BAND HPA
    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 TWT KU-BAND High Power Amplifiers (HPAs). The procurement aims to establish a contract for repair services, with a required Repair Turnaround Time (RTAT) of 168 days, ensuring that the repaired items meet operational and functional requirements as specified. These amplifiers are critical components in communication systems used by the Navy, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at eric.b.miller4@navy.mil or by telephone at 717-605-6464, with the solicitation details available for review.
    RADIO FREQUENCY MAN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    Notice of Intent to Sole Source to Guam Waterworks Authority
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Marianas, intends to award a sole-source contract to the Guam Waterworks Authority (GWA) for the provision of water and sewer services on Guam. This procurement is necessary as GWA is the only legally mandated utility provider on the island, responsible for supplying potable water and wastewater services to both civilian and military customers, including key installations such as Naval Base Guam and Andersen Air Force Base. The importance of this contract lies in GWA's unique position as the sole provider capable of meeting the water and wastewater needs of areas that cannot be fully served by Department of War utilities. Interested parties may submit inquiries regarding this notice within 14 days to the primary contact, Yun Hong, at yun.p.hong.civ@us.navy.mil.
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    Purchase of 6 MFDs and supplies for Diego Garcia
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking quotations for the procurement of six One-Net Multifunctional Devices (MFDs) and associated supplies to be delivered to Diego Garcia via Japan. The MFDs must meet specific technical requirements, including TAA compliance, support for various operating systems, and a minimum print rate of 55 pages per minute, along with necessary consumables such as toners and photoconductor units. This acquisition is crucial for enhancing operational capabilities at naval facilities, ensuring efficient document handling and printing services. Interested vendors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Emily Myers at emily.myers@dla.mil.