SPECIAL NOTICE
J -- Environmental Monitoring Technical and Maintenance Services
- Notice Date
- 3/13/2025 11:32:21 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Response Due
- 3/21/2025 7:00:00 AM
- Archive Date
- 04/05/2025
- Point of Contact
- Erica S. Oh, Phone: 7032756338, Judith S. Meynard, Phone: 3014003009
- E-Mail Address
-
erica.s.oh.civ@health.mil, Judith.S.Meynard.ctr@health.mil
(erica.s.oh.civ@health.mil, Judith.S.Meynard.ctr@health.mil)
- Description
- Classification Product Service Code: J059 Maintenance, Repair, and Rebuilding of Equipment- Electrical and Electronic Equipment Components. NAICS Code: 811210 � Electronic and Precision Equipment Repair and Maintenance. Place of Performance: Bethesda, MD 20889 Description: THIS IS a Notice of Intent to Sole Source NOT a REQUEST FOR QUOTE / PROPOSAL The Defense Health Agency (DHA), Northeastern Healthcare Operations-Contracting Division (NEHO-CD), on behalf of Walter Reed National Military Medical Center (WRNMMC), in support of the Logistics department, intends to award a firm fixed price contract on a sole source basis to Rees Scientific Corporation, 1007 Whitehead Road Ext, Ewing, New Jersey 08638-2428, CAGE Code #04DK0. The anticipated award will be made under the statutory authority permitting Other than Full and Open Competition pursuant to FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. The contract is intended to procure maintenance services, annual complete system revalidation, and technical support of our existing (government-owned environmental monitoring system) for 1,200 system inputs, divided into 7 management nodes (with the option for expansion). Support includes provision of a 24/7 hotline for resolving system malfunctions, timely maintenance service calls, system user orientation, and repairs with the burden of equipment and supplies for repairs and validation being covered by the vendor. Vendors will adhere to the installation�s security requirements and the institution�s safety requirements. Annual validation will be documented in keeping with all health care industry quality requirements and performance standards. Estimated Period of Performance is from 05/01/2025-04/30/2030. This requirement will have a Base year with four one-year option periods. This notice of intent is NOT a request for competitive proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Phone calls will not be accepted. A determination by the Government to not compete this proposed action based upon response to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capabilities to fulfill this requirement by responding to this notice no later than 10:00am EST, Friday, March 21, 2025 by email to judith.s.meynard.ctr@health.mil and cc: erica.s.oh.civ@health.mil All information submitted should support the offeror�s capability to provide the maintenance services required and shall be furnished at no cost or obligation to the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e53b871c67c94734974272c5d15bd70b/view)
- Place of Performance
- Address: Bethesda, MD 20889, USA
- Zip Code: 20889
- Country: USA
- Zip Code: 20889
- Record
- SN07370593-F 20250315/250314000103 (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 |