SOURCES SOUGHT
J -- Portable Analytical Instruments Maintenance
- Notice Date
- 4/17/2025 2:31:48 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-25-Q-THMO
- Response Due
- 5/6/2025 10:00:00 AM
- Archive Date
- 05/21/2025
- Point of Contact
- Tanisha Bush, Angelic M. Hatcher
- E-Mail Address
-
tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@mail.mil
(tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@mail.mil)
- Description
- Sources Sought Notice Portable Analytical Instruments Maintenance For The U.S. Army Medical Center of Excellence (MEDCoE) Molecular Diagnostics Training Fort Sam Houston, TX 78234 W9124J-25-Q-THMO THIS IS A Sources Sought Synopsis ONLY. The U.S. Government intends to award a contract to provide extended warranty/support for the First Defender RMX and TruDefender system(s) on a SOLE SOURCE basis to Thermo Scientific Portable Analytical Instruments., CAGE CODE: 392A9; UEI: 112893131, in support of the U.S. Army MEDCoE Molecular Diagnostics Training, Fort Sam Houston, TX. While the Government intends to award this acquisition on a sole-source basis, we are committed to exploring competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notice. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. The anticipated period of performance shall not exceed one (1) Base Year of 12 months and one (1) 12-month option year. Any information provided in response to the sources sought will not be returned to the responder. Each potential source is also requested to provide the contract number(s), dollar value(s) and a brief description of work previously or currently being performed, which specifically demonstrates the contractor�s ability to successfully satisfy the requirements of Technical Services. Firms shall also provide point of contact information where available for the efforts cited above. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 811210 - Electronic and Precision Equipment Repair and Maintenance; size standard for this NAICS code is $34M. PSC code is J066 Maintenance, Repair, and Rebuilding of Equipment- Instruments and Laboratory Equipment. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. In response to this source sought, please provide the following information: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the U.S Army Mission and Installation Contracting Command (MICC) Alternate Advocate for Competition (AAFC), Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services. 8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the Draft Performance Work Statement (PWS). 9. Questions regarding this notice shall be submitted on or before 12:00PM CST on 25 April 2025. Government Response will be provided within 5 business days after receipt of all questions. 10. Responses to this notice shall be submitted on or before 12:00PM CST on 06 May 2025 via email to Tanisha Bush, Contract Specialist at tanisha.a.bush.civ@army.mil and Angelic Hatcher, Contracting Officer at angelic.m.hatcher.civ@army.mil. All questions MUST be in writing. In all responses, please reference W9124J-25-Q-THMO and Portable Analytical Instruments Maintenance. in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. Attachment 1: Draft Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4507452c35e94a4f91bfed09923332f0/view)
- Place of Performance
- Address: Lexington, KY 40516, USA
- Zip Code: 40516
- Country: USA
- Zip Code: 40516
- Record
- SN07413502-F 20250419/250417230051 (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 |