Thermo Electron Chromatography System Service Maintenance
ID: HT941025N0075Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense's Defense Health Agency intends to award a sole source contract to Thermo Electron North America LLC for the maintenance and repair of three Ion Chromatography Systems at the Navy Environmental Preventive Medicine Unit in San Diego, California. The contract, which is set to run from April 15, 2025, to January 22, 2026, requires the contractor to perform at least one annual preventive maintenance service, provide unlimited technical support, and ensure the systems remain operational at optimal levels. This procurement is critical for maintaining the functionality of essential health monitoring systems within the military health infrastructure, classified under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance. Interested parties may submit capability statements to challenge the sole source intent by April 11, 2025, and should direct inquiries to Jane Pamintuan at jane.pamintuan.civ@health.mil or call 210-952-7084.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity intends to negotiate a sole source contract with Thermo Electron North America LLC for maintenance and repair services for three Ion Chromatography (IC) Systems. This fixed-price contract is planned for the period from April 15, 2025, to January 22, 2026, and falls under FAR 13.501(a) regulations as only one responsible source is available for the required services. The contractor will provide all necessary resources and support to ensure optimal system operation, including preventive maintenance visits and technical support. The procurement is classified under the NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. There are no restrictions for small businesses, and interested parties may submit capability statements to challenge or respond to the intent to sole source. The closing date for such submissions is April 11, 2025. This notice highlights the government's discretion in determining whether to engage in competitive procurement based on the received responses.
    The Department of Defense's Defense Health Agency has issued a Performance Work Statement (PWS) for the maintenance and repair of Thermo Electron Ion Chromatography Systems at the Navy Environmental and Preventive Medicine Unit Five in San Diego, California. This non-personal services contract requires the contractor to perform at least one annual preventive maintenance service, provide unlimited technical support, and ensure that three specific Ion Chromatography systems remain operational in optimal condition. The contract outlines responsibilities, including the provision of necessary personnel, equipment, and genuine parts for repairs. The contractor must respond to emergency issues within 24 hours and normal requests within 72 hours. Written reports for any maintenance or repair tasks are required within one business day. The contractor must be an authorized dealer or distributor of the equipment to maintain warranty and service conditions. The document emphasizes the critical nature of timely support and the importance of adhering to various performance requirements and deliverables, ensuring the efficient operation of vital health monitoring systems within the military health infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    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.
    GEM4000 Analyzer Repair
    Dept Of Defense
    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.
    J--Notice of Intent to Sole Source - AB Sciex LLC
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) has issued a Notice of Intent to Sole Source for a Service Maintenance Agreement for the Sciex System X500R and associated nitrogen generator. This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory equipment used in environmental analysis and research. The maintenance services are essential for the upkeep of instruments that play a vital role in the EPA's mission to protect human health and the environment. Interested parties can reach out to Pam Daggs at Daggs.Pam@epa.gov or call 580-436-8511 for further details regarding this opportunity.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.