Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOLICITATION NOTICE

J -- Notice of Intent to Sole Source: CA660 Reagents and Maintenance Services for Naval Hospital Guantanamo Bay

Notice Date
3/24/2026 9:01:55 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
DEFENSE HEALTH AGENCY FREDERICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT940626CA660
 
Response Due
3/30/2026 7:00:00 AM
 
Archive Date
04/14/2026
 
Point of Contact
Min Aung, Mary Shifflett
 
E-Mail Address
min.z.aung.civ@health.mil, mary.e.shifflett2.civ@health.mil
(min.z.aung.civ@health.mil, mary.e.shifflett2.civ@health.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE: This notice is being published in accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a Notice of Intent to award a sole source contract and is not a request for competitive quotes/proposals. The Defense Health Agency Contracting Activity Healthcare Contracting Division, Southeast (DHACA-HCD-SE) is issuing this Notice of Intent (NOI) to inform industry contractors of the Government�s intent to execute a Sole Source contract under RFO FAR 12.102, Restricting Competition. This notice satisfies posting requirements at RFO FAR Part 5.101. The intended contractor is Siemens Healthcare Diagnostics Inc. The place of delivery/service is Naval Hospital Guantanamo Bay, PSC 1005 Box 110185, FPO, AA 34009. A Base Period plus four (4) Option Years, and one (1) six (6) month Option period contract to provide reagents and maintenance services for a Siemens CA-660. The manufacturer lot numbers need to be identical for each batch of reagents being shipped. All of the products MUST be covered by Application Support Service and Testing to cover any post-sale products failure and issues. All required items are listed in Attachment A � Item Requirements. This requirement will provide on-site maintenance services to include preventative and corrective maintenance for a Siemens CA-660. Maintenance on the equipment will be conducted within the original equipment manufacturers (OEM) specifications, in accordance with all federal, state, and local law and regulations. The contractor shall provide all labor, tools, diagnostic equipment, software, material, supplies, transportation, parts, and equipment necessary to perform preventive maintenance, corrective maintenance, calibration, and safety testing. Maintenance services will also cover replacement parts or upgrades that are necessary to maintain the equipment in service within the original manufacturer�s specifications. The North American Industry Classification System (NAICS) for this requirement is 811210. The Product/Service Code (PSC) is J065. The Small Business Administration (SBA) size standard is $34 million. This NOI is neither a formal solicitation, nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government to not compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via email to Min Aung at min.z.aung.civ@health.mil and Mary Shifflett at mary.e.shifflett2.civ@health.mil with the following information referenced in the subject line, Siemens CA-660 Reagents and Maintenance, Naval Hospital Guantanamo Bay. All interested parties who are responsible, certified, and capable may identify their interest and may submit a Capabilities Statement on company letterhead no later than 10:00AM Eastern Standard Time (EST) March 30, 2026, to the above listed contacts. The interested parties bear full responsibility to ensure complete, timely transmission and confirmation of receipt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1c999ef87ff847e0a146992ac84d7a4d/view)
 
Place of Performance
Address: FPO, AA 34009, USA
Zip Code: 34009
Country: USA
 
Record
SN07754422-F 20260326/260324230044 (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!  © 1994-2026, Loren Data Corp.