SPECIAL NOTICE
99 -- Notice of Intent to Sole Source and Synopsis - Sterrad Chemical Sterilizers Maintenance and Repair Services in support of Weed Army Community Hospital (WACH), located at Fort Irwin, California
- Notice Date
- 9/9/2024 4:19:11 AM
- Notice Type
- Special Notice
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
- ZIP Code
- 78234-4504
- Response Due
- 9/11/2024 6:00:00 AM
- Archive Date
- 09/26/2024
- Point of Contact
- Tracy Adams, Keith C. Blackmon
- E-Mail Address
-
tracy.c.adams.civ@health.mil, keith.c.blackmon.civ@health.mil
(tracy.c.adams.civ@health.mil, keith.c.blackmon.civ@health.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE AND SYNOPSIS The U.S. Government, Medical Readiness Contracting Office - West, JBSA - Fort Sam Houston, Texas intends to award a services contract to provide non-personal service(s) for maintenance and repairs for Government-owned Sterrad Chemical Sterilizers, at Weed Army Community Hospital (WACH), located at Fort Irwin, CA, to include all labor, parts, material, and travel, to maintain and/or repair the equipment in a fully functional condition IAW manufacturer specifications and IAW the Performance Work Statement (PWS). Period of Performance is from 01 October 2024 to 30 September 2025 with two option years (01 October 2025 through 30 September 2027). The proposed contract number will be awarded on a sole source Firm-Fixed Price (FFP) action to: ADVANCED STERILIZATION PRODUCTS SERVICES, INC. (CAGE Code:� 8AXP0) 33 TECHNOLOGY DR IRVINE, CA� 92618-2346 Synopsis Description of Services: �This is a non-personal services requirement for a maintenance contract for the Government-owned Sterrad Chemical Sterilizers, located at Weed Army Community Hospital (WACH) as identified in the Performance Work Statement (PWS), to include all labor, parts, material, and travel, and/or repair the equipment in a fully functional condition in accordance with (IAW) manufacturer (MFR) specifications. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, hardware, firmware, diagnostic software, materials, supplies, parts, and test, measurement, & diagnostic equipment (TMDE) necessary to perform all operations in connection with scheduled preventative maintenance (PM) procedures as well as unscheduled repair visits as needed in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with (IAW) the Original Equipment Manufacturer (OEM) specifications. See attached Performance Work Statement. The North American Industrial Classification System (NAICS) Code that best fits this requirement is� 811210, Electronic and Precision Equipment Repair and Maintenance. The NAICS code selected best fits PSC J065 � Maint/Repair/Rebuild of Equipment-Medical, Dental, and Veterinary Equipment and Supplies as a Service.� Small Business Size Standard:� $34,000,000.00. This sole source requirement is issued under the statutory authority of FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT). Please see attached redacted Single Source Justification for further details. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. The Government intends to acquire a commercial item using FAR Part 12 and intends to procure from only one source under the authority of FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a sole source is reasonably available to fulfill the stated requirement. The notice of intent is not a request for competitive proposals. This sole source synopsis is for informational purposes only. NOTE: INTERESTED VENDORS, PLEASE RESPOND TO THIS NOTICE NO LATER THAN 0800 HOURS CST ON OR BEFORE 11 SEPTEMBER 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8f136510f08e4dbe8e2964da62b51287/view)
- Place of Performance
- Address: Fort Irwin, CA 92310, USA
- Zip Code: 92310
- Country: USA
- Zip Code: 92310
- Record
- SN07203173-F 20240911/240909230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |