Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2025 SAM #8636
SPECIAL NOTICE

J -- Special Notice | Intent to Sole Source | MICU Storage and Bi-Annual Maintenance

Notice Date
7/17/2025 12:28:22 PM
 
Notice Type
Special Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0697
 
Response Due
7/28/2025 6:00:00 AM
 
Archive Date
09/11/2025
 
Point of Contact
Ethan Mauzy, Contract Specialist
 
E-Mail Address
Ethan.Mauzy@va.gov
(Ethan.Mauzy@va.gov)
 
Awardee
null
 
Description
This intent to sole source announcement is posted in accordance with FAR 5.2 - Synopses of Proposed Contract Actions. Background The purpose of this requirement is to fulfill the requirement for the Veterans Affairs Office of Emergency Management (OEM) continuing requirement to obtain yearly climate-controlled storage, scheduled inspections, and preventative maintenance on the eighteen (18) bed Mobile Intensive Care Unit hospital. Objective The Contractor shall provide the resources necessary to accomplish the tasks as described in the Statement of Work (SOW) (See attached copy of SOW). Unique Qualifications Per market research, Elite Aluminum Corporation is the only organization that is able to provide: The storage and the inspection and maintenance of the Mobile Intensive Care Unit (Mobile ICU or MICU). Elite Aluminum owns the proprietary drawings/specifications of the current units purchased by the VA and will not sell or authorize other firms to use the drawings/specifications. The system can only be serviced and maintained by the Contractor. The system is currently stored and maintained by the Contractor in a climate controlled environment. The shelters come with all the required furniture, ancillary and accessories. The Contractor can expeditiously load the MICU with specialized Material Handling Equipment (MHE), which is already onsite at the storage facility. Once positioned and moved, the contractor has a team of specialized team members, training specific to the MICU, who will be instrumental in conducting the inspection and maintenance needs of this specialized equipment. The Elite Aluminum system, required by this acquisition meets all standardization controls of the medical units, thus will ensure safety for VHA personnel, physicians, and Veteran patients as the units have been tested and used by VHA personnel. Both the Contractor s personnel and VHA employees are familiar with the operation of the units and have the knowledge required for rapid deployment of the units. Rapid deployment of the units ensures medical services are available to Veteran and civilian patients quickly. Accordingly, Elite Aluminum is the only manufacturer capable of providing the supplies described in the statement of work without the Veteran s Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. This requirement is for essential equipment needed at once to preclude impairment of healthcare delivery capabilities. Due to the fact that this MICU is only one of its kind currently in the United States, and the units consist of propriety equipment it is required that the manufacture, Elite Aluminum conduct this service at their facility in Coconut Creek, FL. At this time, International Critical Incident Stress Foundation, Inc. (ICISF), is the only organization to meet these requirements, as a small business vendor. Award information Solicitation No. 36C24525Q0697 will be presented to the contractor in accordance with the sole source authority at FAR 6.302-1 as a firm fixed-price contract. The Government anticipates the solicitation response and Independent Cost Estimate to be comparable with similar maintenance contracts, Contract No. 36C22425P0014 to justify fair and reasonable pricing. The period of performance shall be for one year period. The anticipated Period of Performance reads as follows: Base Period (Est. Award date): 10/01/2025 09/30/2026 If anyone requests additional information please contact: Ethan Mauzy Ethan.Mauzy@va.gov. **THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5492bb2c52f4bc1a46223994fcbd119/view)
 
Record
SN07512938-F 20250719/250717230046 (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.