SPECIAL NOTICE
99 -- Notice of Intent to Sole Source - Repairs to MAZAK Spindle for Integrex i-200 5-Axis Machining Center
- Notice Date
- 1/9/2026 9:55:36 AM
- Notice Type
- Special Notice
- Contracting Office
- DEFENSE HEALTH AGENCY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- HT9427-26-Q-E002
- Response Due
- 1/24/2026 11:00:00 AM
- Archive Date
- 02/08/2026
- Point of Contact
- Katherine Ramsburg, Shannon Lertora
- E-Mail Address
-
katherine.j.ramsburg.civ@health.mil, shannon.p.lertora.civ@health.mil
(katherine.j.ramsburg.civ@health.mil, shannon.p.lertora.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Notice of Intent (NOI) to Sole Source on the basis of other than full and open competition. This is not a Request for Quotes or Proposals. The purpose of this notice is to allow interested parties to assert and explain their capability to satisfy the requirement described. The Defense Health Agency Contracting Activity (DHACA), Medical Research & Development Contracting Division 2 on behalf of the Operational Medical Systems Program Management Office (OPMED PMO), Warfighter Readiness, Performance and Brain Health Project Management Office (WRPBH PMO), Medical Prototype Development Laboratory (MPDL) intends to execute a firm-fixed price purchase order, on a sole source basis under the authority of Federal Acquisition Regulation (FAR) 13.106-1(b)(1), to MAZAK Corp, 8025 Production Drive, Florence, KY 41042. This requirement is for the repair of a spindle assembly within the Integrex i-200 5-Axis Machining Center manufactured by MAZAK Corp. MAZAK Corp is the only vendor that can provide repair services to the MAZAK Integrex i-200 5-Axis Machining Center. MAZAK is the original and sole manufacturer of the Integrex i-200. No other vendor is authorized to repair MAZAK equipment. Only MAZAK Corp technicians have the service knowledge to repair MAZAK equipment. This notice of intent is not a request for competitive quotes/proposals, and no solicitation document 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 detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (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. Capability statements should appear on company letterhead and includes affirmation of active registration in the System of Award Management (SAM), your qualifications and any other applicable data or information. Additionally, respondents should indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service-disabled veteran-owned small business, or qualify as socially or economically disadvantaged. Your response to this Notice of Intent, including any capabilities statement, shall be electronically submitted to Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil and Shannon Lertora at shannon.p.lertora.civ@health.mil in either Microsoft Word or Portable Document Format (PDF), no later than (NLT) 2:00 p.m. local time on 24 January 2026. Your response shall reference this Notice ID number (HT942726QE002) in the subject line of your e-mail and on all enclosed documents. All data received in response to this Notice of Intent that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Responses to this notice will be used to determine the availability of this type of product and/or service. All responsible sources may respond to this notice and all responses will be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/38d2683f692b4306952b318ed25a9201/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07682641-F 20260111/260109230032 (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 |