Notice of Intent to Sole Source
The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)(i), Soliciting from a single source. The proposed source is VEOLIA WTS SERVICES USA, INC.
This is a Notice of Intent to Award a Sole Source Contract and is not a request for competitive quotes. Reference#: HT941025N0110.
The Defense Healthcare Contracting Division – West (HCD – W) Naval Hospital San Diego, intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:
VEOLIA WTS SERVICES USA, INC.
Unique Entity ID: JJH2C5GN63L7
CAGE: 65329
5900 Silver Creek Valley RD
San Jose, California
95138-1009, United States
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 $34.0 (millions of dollars). The Product Service Code (PSC) is J065 – Medical Equipment and Accessories and Supplies.
Naval Medical Center San Diego Information Services - Division Operations Management is requesting to establish a service/maintenance contract for Reverse Osmosis Preventive Maintenance. The effort required hereunder shall be performed in accordance with this Statement of Work The service requirement is for base.
The objective of this sole source award is to procure service maintenance Reverse osmosis (RO) machines. Upon evaluation VEOLIA WTS SERVICES USA, INC, was the only market option found to be capable of meeting the Government minimum requirement. VEOLIA WTS SERVICES USA, INC will be tasked to provide services maintenances Reverse Osmosis Preventive Maintenance which require routine maintenance from the manufacturer authorized dealer in Southern California. The requirements will be as follows:
BASE YEAR
CLIN 0001: Reverse osmosis (RO) Services
Quantity: 1 Year
Price:
POP: 30 September 2025 – 29 September 2026
This notice of intent is not a request for competition proposals and no solicitation documents exists for the 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 details and with convincing evidence that clearly demonstrates the capability to perform the required work and are able to provide valid certification to provide service validated by VEOLIA WTS SERVICES USA, INC. Capability statement shall not exceed 6 (8.5 x 1inch) pages using a font size no smaller that 0-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 can only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on response 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.
Capability statements are due by 4:00PM PDT on 03 July 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address to: Dania Suazo at [email protected]. No phone calls will be accepted.