SPECIAL NOTICE
J -- Preventative Maintenance and Repair Services for Automatic Animal Drinking Water System at DCPH-A
- Notice Date
- 7/16/2025 4:11:03 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- PANDHA-25-P-0000-018804
- Response Due
- 7/31/2025 7:00:00 AM
- Archive Date
- 08/15/2025
- Point of Contact
- Brandon Roebuck, Erin Maddox
- E-Mail Address
-
brandon.m.roebuck.civ@health.mil, erin.j.maddox.civ@health.mil
(brandon.m.roebuck.civ@health.mil, erin.j.maddox.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Notice of Intent to issue an award on the basis of other than full and open competition under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) in accordance with 41 U.S.C. 1901. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a firm-fixed price contract award to Avidity Science LLC located at 819 Bakke Avenue, Waterford, WI 53185 in support of the Defense Centers for Public Health-Aberdeen (DCPH-A). The requirement is for the procurement of Preventative Maintenance and Repair Services for the Automatic Animal Drinking Water System on the Aberdeen Proving Ground Edgewood Area in Buildings E2100, E2101 and E2850. Additionally, the software for controlling the water system in E2850 will need to be updated prior to the preventative maintenance. The animal drinking water system requires routine preventative maintenance in order to achieve maximum performance and life expectancy. The animal drinking water system is critical to the operation and success of the animal care mission. If the animal drinking water system fails, the veterinary staff cannot provide the animals with clean water. There is no other alternative mechanism for giving animals automatic water at DCPH-A, it must be done through the animal drinking water system. Access to clean water is a requirement of the Department of Defense (DoD) and a requirement of the American Association for Accreditation of Laboratory Animal Care (AAALAC). Accreditation by AAALAC is required by the DoD Instruction 3216.01. Failure to maintain accreditation would result in DCPH-A mission failure. The equipment requiring preventative maintenance and repair services for this requirement at DCPH-A are uniquely designed by Avidity Science. Only Avidity Science Trained personnel and badged employees can perform the Preventative Maintenance services on Avidity Science equipment. The Technicians use proprietary parts that are manufactured in the Avidity Science Headquarters � Plant Operation. In addition, the software used throughout the DCPH-A Vivarium, Watchdog EX, is a proprietary software product developed by Avidity Science. Only Avidity Science can provide the software and provide updates or software patches and no other company is able to provide updates to the software. Avidity Science does not have any authorized distributors for their systems, equipment and software. Substitutions of Avidity Science components or improper maintenance can cause system failure and may void current warranties in place for the equipment. As a result, Avidity Science is the sole source for providing Preventative Maintenance and Repair of the Automatic Animal Drinking Water System at DCPH-A. The North American Industry Classification System (NAICS) for this requirement is 811210 � Electronic and Precision Equipment Repair and Maintenance; and the Product and Service Code is J066 � Maintenance, Repair and Rebuilding of Equipment � Instruments and Laboratory Equipment. This Notice of Intent is not a request for competitive proposals, and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit a capability statement sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government. Submissions that request documentation, request additional information or that solely ask questions will be determined to not be an affirmative response. Responses determined to not be an affirmative response are not valid and no further action may be taken with the 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement fulfills the synopsis requirements under FAR 5.102(a) and 5.203(a). If no written responses are received by the date below, which reflects at least fifteen (15) days after publication of this notice, the solicitation will be issued as a sole source without further notice. Contract award is anticipated to be made by 03 September 2025. Please submit all questions and responses concerning this notice to the Contract Specialist, Brandon Roebuck at brandon.m.roebuck.civ@health.mil. Capability statements are due no later than 10:00 AM Eastern Daylight Time (EDT) on 31 July 2025. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ef2ffbe68ff4963b60426b5b232a6e7/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN07511217-F 20250718/250716230044 (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 |