Notice of Intent to Sole Source - Equipment Maintenance
ID: PANDHA25P0000026081Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Sensidyne LP for the maintenance and repair of Sensidyne industrial hygiene equipment, specifically the GilAir Plus series. This procurement is essential to ensure the functionality and compliance of equipment used in occupational health standards within the Defense Centers for Public Health – Aberdeen, with services including preventive maintenance and necessary repairs conducted at the contractor's facility. The contract emphasizes the importance of using OEM-authorized technicians and parts to maintain high occupational health and safety standards through specialized equipment upkeep. Interested parties may submit capability statements, but competitive proposals are not invited; for further inquiries, contact Benjamin Marcus at Benjamin.t.marcus2.civ@health.mil or Erin Maddox at ERIN.J.MADDOX.CIV@HEALTH.MIL.

    Files
    Title
    Posted
    The U.S. Army Medical Research Acquisition Activity intends to award a sole-source contract to Sensidyne LP for the maintenance and repair of Sensidyne industrial hygiene equipment, specifically the GilAir Plus series. This decision is based on Sensidyne's status as the sole manufacturer, possessing proprietary software and equipment essential for conducting these services. The contract aims to ensure persistent functionality and compliance with occupational health standards within the Defense Centers for Public Health – Aberdeen. Maintenance services include preventive care and necessary repairs conducted at the contractor's facility. Interested parties may submit capability statements, although this notice does not invite competitive proposals. The document outlines service requirements, deliverables, a Quality Control Plan to ensure compliance with contract standards, and performance objectives. Key details include timelines for service completion, communication protocols, and the need for OEM-authorized technicians and parts for repairs and calibrations. This undertaking underscores the government's commitment to maintaining high occupational health and safety standards through specialized equipment upkeep.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Agilent Preventive Maintenance and Service Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    GEM4000 Analyzer Repair
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    GAS CHROMATOGRAPH/MASS SPECTROMETER MAINTENANCE (GC-MS)
    Buyer not available
    The Department of Defense, specifically the Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking a contractor to provide maintenance services for a gas chromatograph and mass spectrometer located in Natick, Massachusetts. The procurement includes annual preventative maintenance, unlimited on-site service visits with a 72-hour response time, and the provision of factory-certified replacement parts and software updates for the TRACE 1310 GC and ISQ mass spectrometer. This equipment is crucial for various analytical applications, and the contract will have a one-year base period with two additional one-year options. Interested parties can find more details and submit inquiries to Kaylie Silva at kaylie.j.silva.civ@army.mil or Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil, with the opportunity listed on Unison Marketplace.
    Request for Information (RFI) - Germ Free Service
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    SOLE SOURCE – HELIUM LEAK DETECTOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a helium leak detector through a sole source justification. This procurement is aimed at acquiring hazard-detecting instruments and apparatus, which are critical for ensuring safety and operational efficiency in various defense applications. The opportunity emphasizes the importance of specialized equipment in maintaining the integrity of systems that require precise leak detection capabilities. Interested parties can reach out to Alicia Dobbyn at alicia.a.dobbyn.civ@us.navy.mil or call 812-381-7260 for further details regarding this procurement.
    Gas Detector
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking to procure gas detectors, classified under the PSC code 6665 for hazard-detecting instruments and apparatus. This procurement aims to fulfill specific requirements for reliable gas detection equipment, which is critical for ensuring safety in various defense operations. The selected contractor will be responsible for providing these essential instruments, which play a vital role in maintaining operational safety and compliance with safety regulations. Interested vendors can reach out to Patrick Laugherty at patrick.laugherty@dla.mil or call 614-406-1966 for further details regarding this opportunity.
    3M FY25 NIIN Adds
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request For Proposal (RFP) SPE4AX26RX006 for a sole source acquisition of items exclusively manufactured by 3M. This procurement is for a Firm Fixed Price Contract justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, recognizing 3M as the sole manufacturer and supplier of the required items, including the ambient temperature sensor (NSN 016852501). The government intends to award the contract following existing Long Term Contract (LTC) SPE4AX17D9407 and may consider proposals from non-original equipment manufacturers (OEMs) if they can demonstrate capability, quantity, and pricing for the listed National Stock Numbers (NSNs). Interested parties must submit their proposals by the specified closing date and ensure they are registered in SAM.gov, ORCA, and possess a valid DUNS number, CAGE Code, and Tax Identification Number. For further inquiries, contact James Inman at james.inman@dla.mil or call 804-279-1477.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.