SPECIAL NOTICE
99 -- Temperature Monitoring Equipment Calibration Services
- Notice Date
- 9/4/2024 5:07:26 AM
- Notice Type
- Special Notice
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
- ZIP Code
- 78234-4504
- Response Due
- 9/5/2024 8:00:00 AM
- Archive Date
- 09/20/2024
- Point of Contact
- Kevin Vijayan, Phone: 2105384861, Albert Lee
- E-Mail Address
-
kevin.vijayan.civ@health.mil, albert.a.lee.civ@health.mil
(kevin.vijayan.civ@health.mil, albert.a.lee.civ@health.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE The U.S. Government, Medical Readiness Contracting Office - West, JBSA - Fort Sam Houston, Texas intends to award a service contract for temperature monitoring equipment calibration services in support of WEED Army Community Hospital (WACH), located at Fort Irwin, California. Period of performance is from 09 September 2024 through 8 September 2026. The proposed contract number will be awarded on a sole source Firm-Fixed Price (FFP) action to: Mesa Laboratories, INC CAGE Code: 0X5K4 12100, West Sixth Avenue, Lakewood, CO 80228 USA Synopsis Description of Services: This is a non-personal service requirement for a calibration service contract for the Government-owned Mesa Labs VPX Sensors and Access Points at WACH as identified in Exhibit C of the Performance Work Statement (PWS), to include all labor, parts, material, and travel, to calibrate and/or repair the equipment in a fully functional condition in accordance with (IAW) manufacturer specifications. The North American Industrial Classification System (NAICS) Code that best fits this requirement is� 811210, Electronic and Precision Equipment Repair and Maintenance. The size standard is $34,000,000. The NAICS code selected best fits PSC J066, Maintenance/Repair/Rebuild of Equipment � Medical, Dental, and Veterinary Equipment and Supplies. This sole source requirement is issued under the statutory authority of 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 requirements at 13.501(a) apply to sole-source (including brand-name) acquisitions of commercial products and commercial services conducted pursuant to subpart 13.5. Please see attached Single Source Justification for further details. 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. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. The Government intends to acquire a commercial item using FAR Part 12 and intends to procure from only one source under the authority of FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a sole source is reasonably available to fulfill the stated requirement. The notice of intent is not a request for competitive proposals. This sole source synopsis is for informational purposes only. NOTE: INTERESTED VENDORS, PLEASE RESPOND TO THIS NOTICE NO LATER THAN 1000 HOURS CST ON OR BEFORE 5 SEPTEMBER 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f33cb3fbe0944299c4552f0469f84a2/view)
- Place of Performance
- Address: Fort Irwin, CA, USA
- Country: USA
- Country: USA
- Record
- SN07197006-F 20240906/240904230111 (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 |