Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer
ID: HT941024N0109Type: Solicitation
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- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

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

    The Department of Defense, specifically the Defense Health Agency (DHA), intends to award a sole source service contract to Sysmex America, Inc. for the maintenance and service of the XS-1000i Laboratory Hematology Analyzer located at Air Force 354th MDG - EIELSON Alaska. This contract will be awarded on a firm fixed price basis for a 10-month base period.

    The objective of this contract is to procure a full service and maintenance contract for the Sysmex Analyzer, which is used for laboratory hematology analysis. Sysmex America, Inc. is the Original Equipment Manufacturer (OEM) and the only authorized provider of preventative maintenance service for this equipment. The company also utilizes OEM parts/components for repairs to ensure optimal function and maintain device liability and warranty.

    The service agreement must include 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 from 07:30am to 4:00pm, including all parts, labor, and the manufacturer's service engineer's travel expenses. Additionally, 24/7 telephone support will be provided, with primary onsite service guaranteed within 24 hours of identifying the need for service.

    Based on market research, Sysmex America, Inc. is the only source that can meet the government's requirements for this service. Therefore, this notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement.

    Interested sources are required to submit a capability statement that includes management and technical data, as well as cost information, demonstrating their capability to provide the required supplies. Capability statements should not exceed 6 pages and must be submitted by email in Microsoft Word or Adobe PDF format to mildred.k.pollard-hueitt.civ@health.mil with the subject line "SYSMEX SERVICE - EIELSON AK". The deadline for capability statements is 10:30 AM Pacific Daylight Time on July 31, 2024.

    No telephone requests/offers will be honored.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Notice of Sole Source Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, Arizona, intends to award a sole source contract to Revvity Health Sciences, Inc. for the maintenance and repair of specialized laboratory equipment. The contract will cover the JANUS G3 Standard and Tri-Carb TR4910 Liquid Scintillation Counter, both of which require proprietary parts and trained technicians for servicing, as Revvity does not permit third-party repairs. The anticipated period of performance for this firm-fixed price contract is from September 17, 2024, to September 16, 2029. Interested firms must demonstrate their technical capabilities by September 9, 2024, and direct inquiries to Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285.
    J065--Intent to Sole Source Notice - Roche Analyzer Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Roche Diagnostic Corp for maintenance services on Roche Cobas X 480 and Z 480 analyzers at the Brooklyn VA Medical Center. The contract will encompass full service and preventive maintenance, which includes labor, tools, transportation, and necessary parts (excluding non-vendor parts), ensuring that the equipment is maintained according to manufacturer specifications. This procurement is critical for maintaining operational standards at the medical facility, and the contract will consist of a one-year base period with four optional renewal years, authorized under FAR 6.302-1 for non-competitive procurement. Interested parties must express their interest and capability by September 11, 2024, via email to Contracting Officer Andres Cepeda at andres.cepeda@va.gov.
    Notice of Intent to Sole Source Stryker Endoscopy Preventive Maintenance
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for preventive maintenance services on Stryker Endoscopy equipment at Naval Hospital Camp Pendleton, California. The contract, which will be awarded to Stryker Sales, LLC, aims to ensure reliable operation of the equipment through annual preventive maintenance and corrective services as outlined in the Statement of Work (SOW). This maintenance is critical for supporting effective patient care in a military healthcare setting, ensuring that the equipment remains operational and compliant with safety and technical standards. Interested parties must submit their capability statements by 0800 Pacific Daylight Time on September 11, 2024, to Jojie N. Urrete at jojie.n.urrete.civ@health.mil, as no competitive proposals will be accepted for this procurement.
    Notice of Intent to Sole Source for the Bio-techne Ella cartridges kits and consumables.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Bio-Techne Sales Corporation for the procurement of Bio-techne Ella cartridges kits and consumables. This acquisition aims to secure reagent kits compatible with the Biotechne Ella analyzer, which are essential for the U.S. Army Research Institute of Environmental Medicine's operations. The total estimated value of the contract is $4,200,000, and interested parties are invited to submit capability statements to Roberto Gonzalez by 10:00 A.M. EST on September 12, 2022, as no competitive proposals will be solicited.
    NOTICE OF INTENT TO AWARD: Sole Source, Adapt Laser Systems LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Adapt Laser Systems LLC for training and maintenance services related to a CL1000 High Power Handheld Laser Ablation System. This procurement is critical as it involves specialized services that can only be provided by the authorized service provider due to the proprietary nature of the equipment. The government has determined that this sole source award is justified under FAR 6.302-1, and interested parties may submit proposals for consideration before the deadline of 2:00 PM AKDT on September 13, 2024. For inquiries, potential bidders can contact SSgt Nimma Thorne at nimma.thorne@us.af.mil or Mr. Zachery Pullen at zachery.pullen.1@us.af.mil.
    Notice of Intent to Sole Source Lab Kidney Biopsy Evaluation
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Pacific Rim Pathology Medical Corporation for lab kidney biopsy evaluation services at the Naval Medical Center San Diego (NMCSD). This procurement aims to facilitate prompt diagnostic and treatment decisions for military personnel and their families by providing timely processing and analysis of kidney tissue samples, which cannot be performed in-house. The contract will span a base period from October 1, 2024, to September 30, 2025, with four additional option years, and requires compliance with HIPAA regulations and specific technical certifications for personnel. Interested parties must submit capability statements by 0800 AM Pacific Daylight Time on September 9, 2024, to Jojie N. Urrete at jojie.n.urrete.civ@health.mil.
    J065--Intent to Sole Source Sterilizer Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 9, intends to award a sole-source contract to Advanced Sterilization Products for the maintenance and service of sterilization systems at the Memphis Veterans Affairs Medical Center. This firm-fixed-price contract, effective from October 1, 2024, to September 30, 2027, will cover the upkeep of various Advanced Sterilization Products equipment, including STERRAD® Systems and EVOTECH® Endoscope Cleaner and Reprocessors, ensuring compliance with manufacturer standards and patient safety through the use of OEM parts and certified personnel. Interested parties are encouraged to express their interest and demonstrate their capabilities by the response deadline of September 12, 2024, with all submissions directed to Contract Specialist James Moore at james.moore20@va.gov. Registration in the System for Award Management (SAM) is mandatory for eligibility, and the VA will not be responsible for any costs incurred by respondents.
    OEM preventative maintenance, repair, maintenance and replacement of the Karl Storz Endoscopes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for the OEM preventative maintenance, repair, and replacement services of Karl Storz Endoscopes. The contract will require the selected contractor to provide certified maintenance and repair services, including a one-for-one exchange of defective endoscopes and complete repairs within five working days, ensuring compliance with established regulations and professional standards. This procurement is critical for maintaining the operational readiness of medical equipment used in healthcare services for military personnel and their families at Madigan Army Medical Center in Tacoma, Washington. Interested parties must submit documentation demonstrating their capabilities by September 11, 2024, to the primary contacts, Cindy Means and Scott Barr, via email, as no solicitation will be issued.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent to Award a Sole Source
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for Veterinary Service Systems Management Sustainment Support to ASM Research LLC, located in Fairfax, Virginia. This procurement is being conducted under the authority of Federal Acquisition Regulation 6.302-1, which allows for a sole source award when only one responsible source can meet the agency's requirements. The services are critical for the ongoing support of the DHA's Solution Delivery Division, ensuring the effective management of veterinary services. Interested parties may submit capability statements or quotations by September 12, 2024, at 11:00 AM Central Time, to Mr. Kevin Hodge at kevin.d.hodge8.civ@mail.mil, including the Government ID 20240221-022648 in the subject line.