Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
SOLICITATION NOTICE

J -- Notice of Intent to Sole Source

Notice Date
7/21/2025 7:36:04 PM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941025N0120
 
Response Due
7/25/2025 8:00:00 AM
 
Archive Date
08/09/2025
 
Point of Contact
Jojie Urrete
 
E-Mail Address
jojie.n.urrete.civ@health.mil
(jojie.n.urrete.civ@health.mil)
 
Description
Notice of Intent to Sole Source The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13. 106-1(b)(1), Only One source reasonably available. The proposed source is Rees Scientific Corporation is the only source that can provide annual maintenance for new and existing systems with Rees software. This is a Notice of Intent to Award a Sole Source Contract and is not a request for competitive quotes. Reference#: HT941025N0120 Rees Scientific Corporation 1007 Whitehead Road Ext Ewing, New Jersey 08638-2428, United States The objective of this sole source is to award new and existing systems with Rees Scientific Plan Comprehensive Five-Year Service Package with full documentation provided to satisfy regulatory authorities. Comprehensive system test verifies, calibrates and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. All system inputs will be verified and calibrated. Provide 24 hours per day and seven days per week support of the equipment associated with the alarm system by a technical support group. Annual maintenance must also include the latest approved software release at the time of validation. ""No exceptions will be accepted"". See SOW Rees Temperature Monitoring System Comprehensive Package Location: 61st MED SQ Los Angeles Air Force Base El Segundo California. 90245 This requirement is for base year plus 4 option years. The period of performance is as follow: Base year: 09/01 /2025 to 08/31/2026 Option year 1: 09/01 /2026 to 08/31/2027 Option year 2: 09/01 /2027 to 08/31/2028 Option year 3: 09/01 /2085 to 08/31/2029 Option year 4: 09/01 /2029 to 08/31/2030 There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334290, the business size standard is 800 (number of employees). This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to: Jojie N. Urrete @ jojie.n.urrete.civ@health.mil . Closing date for challenges is no later than 0800 AM PST on 07/25/2025. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e72b707030504e7a924ced0a3616af5c/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN07517101-F 20250723/250721230041 (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.