Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SPECIAL NOTICE

J -- Intent to Sole Source services to WATERS TECHNOLOGIES CORPORATION

Notice Date
8/22/2025 8:20:32 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Response Due
9/5/2025 2:00:00 PM
 
Archive Date
09/20/2025
 
Point of Contact
Theresa (Tess) Thunder, Phone: 701-239-3700
 
E-Mail Address
theresa.thunder@va.gov
(theresa.thunder@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Department of Veterans Affairs, Network Contracting Office 23, hereby provides notice of its intent to award a sole source, firm fixed contract for a Service Agreement, for a base and four option periods, to WATERS TECHNOLOGIES CORPORATION, 34 Maple St Milford, MA 01757. The contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), as implemented by FAR 13.106-1(b) - Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements. A Justification and Approval for Other Than Full and Open Competition has been prepared. The period of performance shall be a base year beginning 10/01/2025 through 09/30/2025. The contract will provide preventative maintenance services for the ACQUITY Mass Spectrometry, ACQUITY Vitro Diagnostic Instruments, and ACQUITY Chromatography instruments and software at the Minneapolis VAMC. These services must be provided by authorized trained Waters service personnel, utilizing original equipment manufacturer (OEM) direct replacement parts to ensure safe and predictable performance. Waters Technologies Corporation is the manufacturer and has no authorized third-party service provider who can offer OEM parts to perform maintenance and repairs on these systems. These services will be performed at the Minneapolis VA Medical Center. NAICS code: 811210 Electronic and Precision Equipment Repair and Maintenance Size Standard: $34 Million PSC: J066 Maintenance Repair Rebuild of equipment -Instruments and Laboratory equipment THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement within ten calendar days after publication of this notice. A determination not 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 determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully 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) to be eligible for award. Interested parties are encouraged to furnish information by email only with �RESPONSE TO SERVICE AGREENMENT INTENT TO AWARD SOLE SOURCE CONTRACT� in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Theresa (Tess) Thunder, Contracting Specialist, by email at Theresa.Thunder@va.gov. 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, including proof of training and certification for performing maintenance and service on the listed equipment and systems. Attached is a list of the systems that will need preventative maintenance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49bbc7744fe34409869b7e5d968e0636/view)
 
Place of Performance
Address: Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN07562593-F 20250824/250822230039 (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.