Notice of Intent to Sole Source
HT941025N0123
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE PURCHASE ORDER CONTRACT AND
IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity
(DHACA), Healthcare Contracting Division - West (HCD-W), Alpha Branch intends to negotiate and award a firm fixed price purchase order (PO) contract for preventative and corrective maintenance performed by trained Steris technicians. Services include preventative and corrective maintenance and technical support on the following equipment: 16 in cent vac sd stm cab, evolution vac 66 in stm sd hng rh rec, reliance vision sc, 4085 table bat/line, w/tlt pads ss cvr, OT 1000 Basic Fracture Table, WAR cab std glass dual, 130l CW 480V DPD Diss Fan, 20 in cent vac dd 208V, V-PRO MAX, Non-motorized with feed-out, motorized with feed in, basic motorized, motorized return door, 2532 W/DIS 208V 60Hz DD NV, non-motorized for line end, AMSCO 2532 Washer Disinfector 208V 60Hz, 1327 Cart & Utensil w/disinf, 20 in loading car assy, transfer cart assy, AMSCO Prep and Pack Table Deluxe Electric, and AMSCO 400 20x20x38 PVAC DD Slide R1W ELEC 208V at Naval Hospital Camp Pendleton (NHCP) in accordance with Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs to:
STERIS CORPORATION
5960 HEISLEY ROAD,
MENTOR, OHIO
44060-1834, UNITED STATES
UEI: UGGJGGH6846
CAGE: 0NWN1
The North American Industry Classification System (NAICS) code for this requirement is – 811210
Electronic and Precision Equipment Repair and Maintenance; the business size standard is $34M (Dollar amount). The Product Service Code (PSC) is J065 - Maintenance, Repair, and Rebuilding of Equipment- Medical, Dental, and Veterinary Equipment and Supplies.
The requirement is to procure preventative and corrective maintenance and technical support on the following equipment: 16 in cent vac sd stm cab, evolution vac 66 in stm sd hng rh rec, reliance vision sc, 4085 table bat/line, w/tlt pads ss cvr, OT 1000 Basic Fracture Table, WAR cab std glass dual, 130l CW 480V DPD Diss Fan, 20 in cent vac dd 208V, V-PRO MAX, Non-motorized with feed-out, motorized with feed in, basic motorized, motorized return door, 2532 W/DIS 208V 60Hz DD NV, non-motorized for line end, AMSCO 2532 Washer Disinfector 208V 60Hz, 1327 Cart & Utensil w/disinf, 20 in loading car assy, transfer cart assy, AMSCO Prep and Pack Table Deluxe Electric, and AMSCO 400 20x20x38 PVAC DD Slide R1W ELEC 208V. Contractor will provide preventative and corrective maintenance for all listed Steris equipment. To ensure dependable and reliable equipment operations, the Contractor shall provide all parts, labor, materials, and freight shipping for the scheduled (preventative) and unscheduled (corrective) maintenance. If extensive repair is required, similar or equivalent equipment will be brought in as a loaner in its place.
Location: Naval Hospital Camp Pendleton 13 Area Dental Clinic, Camp Pendleton, CA 92055
Period of Performance (PoP):
BASE: 01SEP25 TO 31AUG26
OPTION 1: 01SEP26 TO 31AUG27
OPTION 2: 01SEP27 TO 31AUG28
OPTION 3: 01SEP28 TO 31AUG29
OPTION 4: 01SEP29 TO 31AUG30
Based on market research and previous acquisition history, it has been determined that Steris Corporation is the sole factory-authorized supplier of parts and service for the equipment they manufacture, including products under the brand names of AMSCO.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required cornea tissue locally. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative 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 be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Ronald Silver at [email protected].
The closing date for challenges is no later than 10:00 a.m. Pacific Time, 11 July 2025.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.