Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

J -- Preventive Maintenance Services for STERRAD

Notice Date
1/21/2026 10:53:00 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
DEFENSE HEALTH AGENCY HCD WEST CAMP PENDLETON CA 92055 USA
 
ZIP Code
92055
 
Solicitation Number
HT941026N0021
 
Response Due
2/5/2026 1:00:00 PM
 
Archive Date
02/20/2026
 
Point of Contact
Uyen Tran
 
E-Mail Address
uyen.t.tran6.civ@health.mil
(uyen.t.tran6.civ@health.mil)
 
Description
HT941026N0021 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division- West (HCD-W), intends to award a firm fixed price contract for STERRAD Installation, Training, and Preventive Maintenance Services in support of BioMed Department, Naval Hospital Guam in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: Advanced Sterilization Products Services Inc. Unique Entity ID: JC26PZMQGLH8 CAGE: 8AXP0 33 Technology Dr, Irvine CA 92618 USA Period of Performance: Base: 3/1/2026-2/28/2027 Option 1: 3/1/2027-2/28/2028 Option 2: 3/1/2028-2/28/2029 Option 3: 3/1/2029-2/28/2030 Advanced Sterilization Products Services Inc. (ASP) will be providing preventative maintenance services for both existing and new STERRAD Systems owned and utilized by Naval Hospital Guam. This contract will replace contract number HT941024P0173 and will consist of a Base Year along with three (3) additional option years. The rationale for the absence of competitive opportunities is outlined below. ASP has independently determined that only personnel who have been specifically trained and certified by ASP will be authorized to provide service for STERRAD Systems. This training is tailored to the product. Authorized service personnel include: �ASP-trained service employees �Third-party service providers, trained by the original equipment manufacturer (OEM), who are contractedwith ASP to perform services on its behalf �Customers who have completed product-specific Biomed Training offered by ASP Currently, ASP does not have any formal business relationships with small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), to service ASP systems or supply OEM parts. Furthermore, ASP has not trained personnel from any small business socioeconomic category on servicing ASP systems. Therefore, ASP is the sole entity authorized to carry out all scheduled preventive maintenance, corrective maintenance, repairs, OEM parts supply, calibrations, telephone support, and provide full access to ASP�s software necessary for calibration and repairs for the Government. It is important to note that any service attempted or performed by unauthorized personnel will void ASP warranties and/or service agreements for the specific system, as per the provisions of ASP�s product warranty policy and service agreements. Additionally, approved and proprietary parts required for servicing ASP systems are exclusively available to ASP-authorized personnel as described above. Based on these facts, there are no opportunities for competition. This notice of intent is not a request for competitive proposals, and no solicitation document exists for this 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 provide the required services for United States Naval Hospital Guam. Capability statements shall not exceed six (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. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Uyen Tran at uyen.t.tran6.civ@health.mil. The closing date for challenges is no later than 1:00 pm Pacific Standard Time, 5 February 2026. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/96e7fb75ddd2482189ce8fba5b7b4e02/view)
 
Place of Performance
Address: Agana Heights, GU 96910, USA
Zip Code: 96910
Country: USA
 
Record
SN07692894-F 20260123/260121230036 (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.