MODIFICATION
J -- OEM Steris Sterilizing Units Maintenance
- Notice Date
- 4/18/2024 1:02:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K0224Q0027
- Response Due
- 4/23/2024 11:00:00 AM
- Archive Date
- 05/08/2024
- Point of Contact
- Dylan Ford, Scott Barr
- E-Mail Address
-
dylan.j.ford.civ@health.mil, scott.a.barr.civ@health.mil
(dylan.j.ford.civ@health.mil, scott.a.barr.civ@health.mil)
- Description
- THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. Joint Base Lewis-McChord Health Contracting Branch (JBLM-HCB) hereby provides notice of its intent to award a Service-Disabled Veteran Owned Small Business Sole-Source, Firm Fixed Price, Indefinite Delivery Indefinite Quantity service contract under the authority of FAR 13.106-1(b)(1)(i) and FAR 19.1406 Service-Disabled Veteran Owned Small Business Concern (SDVOSB). As required by FAR 19.1406 the Contracting Officer is required to consider an award to an SDVOSB prior to considering a small business set aside. As a result, the government intends to direct award to Sustainment Technologies LLC, 1733 Briarcrest DR STE 101, Bryan Texas, 77802. This requirement is expected to be for a three year ordering period. This requirement is for the procurement for Non-Personal Services for the Maintenance and Repair of Government-Owned Steris Sterilizing Units, Instrument, Cart Washers and Components For Madigan Army Medical Center. Sustainment Technologies LLC is the only SDVOSB that can complete the governments requirement. The attached Performance Work Statement details the requirements of this anticipated contract action. The attached Justification and Approval details the governments rational for the source selection decision. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES; no solicitation or RFQ will be forthcoming. Any firm that believes it can provide the stated services can provide supporting documents demonstrating their capabilities and certifications. Interested parties may identify their interest and capability to respond to this requirement no later than 23 April 2024 at 11:00am Pacific Standard Time. All documents submitted will not be returned. Responses received may be used for future acquisitions. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements contained within the attached Performance Work Statement. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Additionally, these capabilities need to demonstrate access to required proprietary Steris information that would be required to complete the work required within the PWS. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR W81K0224Q0027. Information can be sent to Dylan Ford and Scott Barr at dylan.j.ford.civ@health.mil and scott.a.barr.civ@health.mil. No telephone or facsimile requests will be accepted. This procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures. Joint Base Lewis McChord Health Contracting Branch will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62540f03c185481db89e9d859aa29056/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98433, USA
- Zip Code: 98433
- Country: USA
- Zip Code: 98433
- Record
- SN07034678-F 20240420/240418230051 (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 |