Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOURCES SOUGHT

J -- Roche Equipment Maintenance, Repair, and Preventive Maintenance Services

Notice Date
7/28/2025 12:02:52 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANDHA-25-P-0000-017452
 
Response Due
8/18/2025 8:00:00 AM
 
Archive Date
09/02/2025
 
Point of Contact
Kenneth Grenier, Phone: 3016192728, Jesse Nisley, Phone: 3016197763
 
E-Mail Address
kenneth.e.grenier2.civ@health.mil, jesse.d.nisley.civ@health.mil
(kenneth.e.grenier2.civ@health.mil, jesse.d.nisley.civ@health.mil)
 
Description
This is a Notice of Intent to issue an award on the basis of other than full and open competition under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) in accordance with 41 U.S.C. 1901. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a firm-fixed price contract award to Roche Diagnostics Corporation, located at 9115 Hague Road, Indianapolis, Indiana 46256-1025, in support of the Defense Centers for Public Health-Aberdeen (DCPH-A), Laboratory Services (LS) Directorate, located at 8300 Ricketts Point Road, Building 2850, Aberdeen Proving Ground South, MD 21010. The requirement is to set up an ongoing service agreement for the procurement of timely and quality maintenance and repair services on Roche Diagnostics Corporation systems and components. DCPH-A requires annual preventative maintenance and unlimited repair services using Roche Diagnostics Corporation certified parts; software support services; software updates; and unlimited technical support calls on laboratory instruments in support of the Laboratory Sciences (LS) Directorate. These services are anticipated to require guaranteed turn-around times in order to ensure that equipment is repaired in a timely manner. These services are necessary for the DCPH-A LS Directorate mission to provide comprehensive chemical, biological, radiological, and entomological analysis for a wide variety of environmental and industrial hygiene samples in support of Army and DoD public health enterprise requirements, providing consultation and access to accredited methods support, with results and data analysis reporting through state-of-the-art electronic data deliverables to customers worldwide. Roche Diagnostics Corporation has stated that, due to the proprietary nature of their equipment, only Roche Diagnostics Corporation may be perform certain maintenance and service procedures on their equipment. The equipment requiring preventative maintenance and repair services for this requirement has an estimated period of performance of a 12-month base period and four one-year option periods. Roche Diagnostics Corporation is the proprietary service provider for Roche Instruments. Roche Diagnostics Corporation is the only original equipment manufacturer (OEM) approved source for Roche equipment and certifies and stocks all parts necessary for the repair and maintenance of Roche Instrumentation. These exclusively developed and validated parts are not available from any other source or vendor. The Government is not looking to award a contract to a third party that does not have authority from the manufacturer or an existing agreement with the manufacturer to perform maintenance for equipment made by Roche Diagnostics Corporation. The North American Industry Classification System (NAICS) for this requirement is 811210 � Electronic and Precision Equipment Repair and Maintenance; and the Product and Service Code is J066� Maintenance, Repair and Rebuilding of Equipment � Instruments and Laboratory Equipment. This Notice of Intent is not a request for competitive quotes, and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit a capability statement sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government. Submissions that request documentation, request additional information, or that solely ask questions will be determined to not be an affirmative response. Responses determined to not be an affirmative response are not valid and no further action may be taken with the response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement fulfills the synopsis requirements under FAR 5.102(a) and 5.203(a). If no written responses are received by the due date, which reflects at least fifteen (15) days after publication of this notice, the solicitation will be issued as a sole source without further notice. Contract award is anticipated to be made by 02 September 2025. Please submit all questions and responses concerning this notice to the Contract Specialist, Kenneth Grenier at kenneth.e.grenier2.civ@health.mil. Statements are due no later than 11:00 AM Eastern Daylight Time (EDT) on 18 August 2025. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d1cc81fb4294681b046c321e1b01efd/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07527159-F 20250730/250728230134 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.