Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SPECIAL NOTICE

J -- Notice of Intent to Sole Source: Laboratory Instrument Maintenance and Repair Services

Notice Date
7/10/2025 1:05:51 PM
 
Notice Type
Special Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANDHA25P0000018771
 
Response Due
7/25/2025 1:00:00 PM
 
Archive Date
08/09/2025
 
Point of Contact
Benjamin Marcus, Erin Maddox
 
E-Mail Address
Benjamin.t.marcus2.civ@health.mil, erin.j.maddox.civ@health.mil
(Benjamin.t.marcus2.civ@health.mil, erin.j.maddox.civ@health.mil)
 
Description
THIS NOTICE OF INTENT (NOI) IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS INTRODUCTION: The U.S. Army Medical Research Acquisition Activity (USAMRAA), on behalf of the Defense Centers for Public Health - Aberdeen (DCPH-A) Laboratory Services Directorate (LS), plans to award a sole-source, fixed-price contract for equipment maintenance and repair services for Agilent-manufactured laboratory instrumentation. The contract will be negotiated with Agilent Technologies Inc. (UEI: SD9J2957MEA6) in accordance with FAR Subpart 8.4. PROGRAM BACKGROUND: The Defense Centers for Public Health-Aberdeen (DCPH-A), Laboratory Services Directorate (LS), requires recurring maintenance and repair services for Agilent Technologies chemical analysis and life sciences instruments. The LS delivers responsive, comprehensive laboratory science services globally, supporting occupational and environmental health assessments and medical surveillance to ensure mission readiness. These Agilent instruments are critical for testing lead levels in drinking water at high-risk Department of Defense (DoD) facilities, ensuring compliance with applicable regulations. Additionally, they analyze industrial hygiene and occupational health samples from DoD locations both within the continental United States (CONUS) and outside (OCONUS) to protect personnel from hazardous occupational contaminants. CAPABILITY: If your organization has the potential capacity to perform the required services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY: The North American Industry Classification System (NAICS) for this acquisition is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The Product Service Code is J066, Maintenance/Repair/Rebuild of Equipment- Instruments And Laboratory Equipment. Each respondent must clearly identify their business size/status in their capabilities statement. THIS DOCUMENTATION MUST ADDRESS AT A MINIMUM THE FOLLOWING ITEMS: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company performed the tasks stated in the Performance Work Statement? If so, please provide details. 3) What specific technical skills does your company possess which ensure capability to perform the tasks? 4) Can or has your company managed a team of subcontractors before (if subcontractors would be needed)? If so, provide details. 5) For small businesses, please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime cannot pay more than 50% of the amount paid by the Government for contract services to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50% subcontract amount that cannot be exceeded. Provide an explanation of your company�s ability to meet this potential requirement. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, SAM Unique Entity ID, etc. 7) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than three (3) pages in length in Times New Roman font of not less than 10 pitch. 1) The contract type is anticipated to be Firm Fixed Price. 2) All data received in response to this NOI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 3) Responses to this NOI, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/382e48a780e6457a970241b3a36f4a07/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07504620-F 20250712/250710230044 (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!  © 1994-2024, Loren Data Corp.